Federal Contract Opportunities
Showing 501-550 of 2,364 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2030-25-02432
NSN: 2840-01-308-4467NZ NOUN: LINER, AUGMENTOR COM TOP DRAWING: 4070107 EDL REVISION & DATE: 23 / 24 JUL 2024 MDC CODE: WAB IM NAME: NGUYEN, NGUYEN N.
Environmental Security Technology Certification Program (ESTCP) – Energy and Environmental Technology Demonstrations – Open Topics Broad Agency Announcement (BAA)
BOTH SMALL BUSINESS AND LARGE BUSINESS ARE ENCOURAGED TO RESPOND. The Environmental Security Technology Certification Program (ESTCP) is the Department of Defense’s (DoD) demonstration and validation program for environmental and installation energy technologies. The ESTCP Office is interested in receiving white papers for innovative technology demonstrations that address DoD environmental and installation energy requirements as candidates for funding. This notice constitutes a BAA as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). Readers should note that this is an announcement to declare ESTCP's intent to competitively fund demonstration projects as described in the Program Announcement on the ESTCP website. The Program Announcement and complete submittal instructions are found at https://serdpestcp. mil/workwithus. To be eligible for consideration, parties wishing to respond to this announcement must submit a white paper in accordance with the instructions on the website. This solicitation will remain open for approximately one (1) year from the date of publication, or until replaced by a successor BAA. No faxed or hard copy submissions will be accepted. No request for proposals (RFP), solicitation, or other announcement of this opportunity will be made. It is the sole responsibility of the offerors to make certain the white paper is properly received by ESTCP. Awards will take the form of contracts. Submission of white papers is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of white papers or travel to present oral presentations in support of full proposals. There is no commitment by ESTCP to make any contract awards, nor to be responsible for any cost incurred by the offeror before contract award is made. It is expected that multiple awards will result, depending on the quality of white papers received and availability of funds. Awardees under this BAA will be selected through a multi-stage review process. The white paper review step allows interested organizations to submit technology demonstrations for Government consideration without incurring the expense of a full proposal. Based upon the white paper evaluation by ESTCP, each of the white paper submitters will be notified as to whether ESTCP requests or does not request the submission of a full proposal. As noted in the instructions located on the ESTCP website, evaluation criteria for white papers are Technical Merit and ESTCP Relevance. Each criterion is weighted equally. Due to the anticipated volume of white papers that will be received, the Government will not provide debriefs to those that are not requested to submit a full proposal. Instructions for preparing a full proposal will be provided at the time of notification. A request for submission of a full proposal does not indicate a decision has been made to make an award. Evaluation criteria for full proposals will include Cost/Benefit of Technology, Transition Potential, and Cost of Proposal in addition to the criteria above. ESTCP may make multiple awards up to a collectively shared maximum value of the $10,000,000.00 under this BAA. The North American Industry Classification System (NAICS) code is 541715 with the small business size standard of 1000 employees. Prior to award, selected contract proposals that exceed $750,000 submitted by all Other than Small (large or non-profits, including universities) Business concerns must be accompanied by a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and elements as described in the checklist in DFARS PGI 219.705-4 at http://business.defense.gov/Acquisition/Subcontracting/. The Humphreys Engineer Center Support Activity (HECSA) Small Business Office website at https://www.usace.army.mil/HECSA/HECSA-Small-Business/ provides information on how to prepare a subcontracting plan, along with links to find small businesses to participate. Points of Contact: Procedural Questions - SERDP Office, 571-372-6565 Contract Questions – HECSA Shannon N. Benson, 703-428-7407; shannon.n.benson@usace.army.mil Small Business Participation Plan or Subcontracting Plan - HECSA Small Business Representative, Monique Holmes 202-934-1816, HECSASmallBusinessProgram@usace.army.mil
Strategic Environmental Research and Development Program (SERDP) – Open Topics Broad Agency Announcement (BAA)
BOTH SMALL BUSINESS AND LARGE BUSINESS ARE ENCOURAGED TO RESPOND. The Department of Defense (DoD) Strategic Environmental Research and Development Program (SERDP) Office is interested in receiving white papers for research focusing in the areas of Environmental Restoration, Munitions Response, Resource Conservation and Resilience, and Weapons Systems and Platforms technologies. This notice constitutes a BAA as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). Readers should note that this is an announcement to declare DoD SERDP’s intent to competitively fund research and development for environmental research that addresses the topic areas set forth in the Announcement. SERDP supports environmental research relevant to the management and mission of the DoD and supports efforts that lead to the development and application of innovative environmental technologies or methods that improve the environmental performance of DoD by improving outcomes, managing environmental risks, and/or reducing costs or time required to resolve environmental or resilience problems. The Program Announcement and complete submittal instructions are found on the DoD SERDP website at https://serdp-estcp.mil/workwithus. To be eligible for consideration, readers wishing to respond to this announcement must submit a white paper in accordance with all instructions on the SERDP website. This solicitation will remain open for approximately one (1) year from the date of publication, or until replaced by a successor BAA. No faxed or hard copy submissions will be accepted. No request for proposals (RFP), solicitation, or other announcement of this opportunity will be made. It is the sole responsibility of the proposer to make certain the white paper is properly received by SERDP. Awards will take the form of contracts. Submission of white papers is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of white papers or travel to present oral presentations in support of full proposals. There is no commitment by SERDP to make any contract awards, nor to be responsible for any cost incurred by the offeror before contract award is made. It is expected that multiple awards will be made dependent on the quality of white papers received and availability of funds. Awardees under this BAA will be selected through a multi-stage review process. The white paper review step allows interested organizations to submit research white papers for Government consideration without incurring the expense of a full proposal. Based upon the white paper evaluation by SERDP, each of the white paper submitters will be notified as to whether SERDP requests or does not request the submission of a full proposal. As noted in the instructions located on the SERDP website, evaluation criteria for white papers are Technical Merit and SERDP Relevance. Each criterion is weighted equally. Due to the anticipated volume of white papers that will be received, SERDP will not provide debriefs on those that are not requested to submit a full proposal. Instructions for preparing a full proposal will be provided at the time of notification. A request for submission of a full proposal does not indicate a decision has been made to make an award for that work. Evaluation criteria for full proposals will include Personnel, Cost, and Transition Plan in addition to the criteria above. SERDP may make multiple awards up to a collectively shared maximum value of the $10,000,000.00 under this BAA. The North American Industry Classification System (NAICS) code is 541715 with the small business size standard of 1000 employees. Prior to award, selected contract proposals that exceed $750,000 submitted by all Other than Small (large or non-profits, including universities) Business concerns must be accompanied by a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and elements as described in the checklist in DFARS PGI 219.705-4 at http://business.defense.gov/Acquisition/Subcontracting/. The Humphreys Engineer Center Support Activity (HECSA) Small Business Office website at https://www.usace.army.mil/HECSA/HECSA-Small-Business/ provides information on how to prepare a subcontracting plan, along with links to find small businesses to participate. Points of Contact: Procedural Questions - SERDP Office, 571-372-6565 Contract Questions – HECSA Shannon N. Benson, 703-428-7407; shannon.n.benson@usace.army.mil Small Business Participation Plan or Subcontracting Plan - HECSA Small Business Representative, Monique Holmes 202-934-1816, HECSASmallBusinessProgram@usace.army.mil
FD2030-26-00083
NSN: 1650-00-609-8372 NOUN: SERVOVALVE, HYDRAULI TOP DRAWING: 5-97213-2 EDL REVISION & DATE: 12 / 11 JUN 2025 MDC: EFG IM NAME: WILSON, MATTHEW S
FCI Texarkana - 1st Qtr FY2026 - Meats
RE: Meats – 1st Qtr FY2026 - 15B515245Q00000026 Dear Quoter: The Federal Bureau of Prisons, Federal Correctional Institution, Texarkana, Texas, intends to issue solicitation 15B51525Q00000026 for the requirement of 1st Quarter FY2026 for Meats items. The NAICS code or this requirement is 311991. The contract type will be Firm-Fixed Price. The evaluation factors are Price and Past Performance. Price will be rated higher than Past Performance. The Government will award all items to one responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Failure to deliver within the established time frames will be considered as Non-Conformance under the contract terms and subject to termination. The solicitation will be made available on or about August 7, 2025, and will be posted in www.sam.gov in the Contract Opportunities section. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through this website. The anticipated date for receipt of quote is August 22, 2025, at 3:00 P.M. Central Standard Time via e-mail to Tex-ProcurementProp-s@bop.gov. Each offeror is required per FAR 52.212-3 to complete their representations and certifications via www.sam.gov. All responsible vendors may submit a proposal which will be considered. The anticipated date of award is August 28, 2025. FCI Texarkana, Contracting Office, P.O. Box 9500, Texarkana Texas, 75505-9500 (903)838-4587 or Tex-ProcurementProp-S@bop.gov
FCI Texarkana - 1st Qtr FY2026 - Subsistence
RE: Subsistence – 1st Qtr FY2026 - 15B515245Q00000025 Dear Quoter: The Federal Bureau of Prisons, Federal Correctional Institution, Texarkana, Texas, intends to issue solicitation 15B51525Q00000025 for the requirement of 1st Quarter FY2026 for Subsistence items. The NAICS code or this requirement is 311991. The contract type will be Firm-Fixed Price. The evaluation factors are Price and Past Performance. Price will be rated higher than Past Performance. The Government will award all items to one responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Failure to deliver within the established time frames will be considered as Non-Conformance under the contract terms and subject to termination. The solicitation will be made available on or about August 7, 2025, and will be posted in www.sam.gov in the Contract Opportunities section. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through this website. The anticipated date for receipt of quote is August 22, 2025, at 3:00 P.M. Central Standard Time via e-mail to Tex-ProcurementProp-s@bop.gov. Each offeror is required per FAR 52.212-3 to complete their representations and certifications via www.sam.gov. All responsible vendors may submit a proposal which will be considered. The anticipated date of award is August 28, 2025. FCI Texarkana, Contracting Office, P.O. Box 9500, Texarkana Texas, 75505-9500 (903)838-4587 or Tex-ProcurementProp-S@bop.gov
Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP)/ Countermeasures Injury Compensation Program (CICP).
The Contractor shall provide medical-expert services and medical reviewer/case management support for the National Vaccine Injury Compensation Program (VICP) and the Countermeasures Injury Compensation Program (CICP) in support of the litigation process, including the defense of petitions filed against the Secretary of Health and Human Services (HHS). This solicitation will remain open until August 24, 2026. Quotes will be reviewed, and BPAs may be issued on a rolling basis as quotes are received. The Government anticipates establishing BPAs with qualified vendors during this open period.
FD2020-21-01156
6680012615242WF TRANSMITTER, LIQUID 14 IMAGES
CI-Medical
This soliciation is for "Medical Services". Services are provided for the CI Special Agents.
AGSU, Shoes, Dress, Oxford, Men's and Women's
This is a synopsis of the market research.
WVA CSO Area of Interest- Advanced Cannon Technology
Federal Agency: U.S. Army Combat Capabilities Development Command (DEVCOM-AC), Benet Labs Program Office: Army Contracting Command-Watervliet Arsenal (ACC-WVA) AoI Title: Advanced Cannon Technology CSO AoI Number: W911PT23SC001-A002 AoI Release Date: 6/13/2023 Responses: See W911PT23SC001 for Procedure Details General Information Introduction This announcement is for an Advanced Cannon Technology (ACT)/Area of Interest (AoI) under the ACC-WVA Commercial Solutions Opening (CSO) W911PT23SC001. Interested parties are highly encouraged to visit the Government Point of Entry (www.sam.gov) to review the ACC-WVA special posting in its entirety to obtain more information on the process for submission and evaluation of the CSO AoI Responses. This CSO AoI seeks to solicit innovative solutions that meet the objectives detailed in Section 1.2 and 1.3. The term innovative is defined as any technology, process, or method, including research and development that is new as of the date of proposal submission, or any new application of an existing technology, process or method as of the proposal date. ACC-WVA is not obligated to extend a request for proposal or make an award as a result of this CSO AoI; all awards are subject to the availability of funds and successful negotiations. This CSO AoI is not an authorization to begin performance, and in no way obligates the Government for any costs incurred by the Offeror associated with developing a Response. Prior to commencement of any activities associated with performance under this CSO AoI, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. ACC-WVA reserves the right to modify the requirements of this CSO AoI. The authority to issue this CSO AoI is derived from ACC-WVA Commercial Solutions Opening W911PT23CS001 dated 1 June 2023. The CSO authority is Section 803 of the National Defense Authorization Act for FY2022, Public Law 117-81, and Class Deviation 2022-O0007. AoI Background U.S. Army Combat Capabilities Development Command (DEVCOM) is seeking ACTs in environmentally friendly bore coating technologies in order to eliminate the generation of hexavalent chromium, decrease life cycle costs, and increase readiness. Advanced Cannon Technology DEVCOM is interested in advanced manufacturing methods to compliment or replace the existing bore coating technologies and associated manufacturing processes in large caliber cannon. The use of novel, environmentally friendly, and carcinogenic free technologies is encouraged. Applications of these technologies should be proven and scalable for mass manufacturing. Suggested methodologies are noted below: Enhanced manufacturing methods related to lathe and mill work, cutting/sawing and honing and grinding. New technologies shall be environmentally friendly and applicable across a variety of materials (high strength low alloy steels, ultra-high steel steels, superalloys, composites and polymers). Additive manufacturing applications. The process of adding material to an existing structure for the purpose of rebuilding worn or damaged areas or adding engineered performance materials to provide corrosion protection or enhanced wear protection. AoI Constraints 1. Any selected company/companies will be required to be registered in the System for Award Maintenance (sam.gov). Submission Requirements A written solution must be sent via e-mail submission with subject line stating Advanced Cannon Technology, to the POC listed below. Solutions received after the specified due date and time will be discarded and not be evaluated by the Government. AoI Open Period – This AoI shall close at 26 August 2026 Point of contacts: AoI POC and questions can be sent to: Lauren Scripps at lauren.a.scripps.civ@army.mil
FD2020-21-00991-00
2840-01-318-3121FJ INLET RING,ENGINE
FD2030-26-00179
NSN: 2840-01-323-5961NZ NOUN: STIFFENER, HEATCHIEL TOP DRAWING: 4060565 EDL REVISION & DATE: 2 / 16 OCT 2024 MDC: WFA IM NAME: VANHOUTAN, ELIZABETH C
FD2030-25-02415
NSN: 1660-01-473-3549BO NOUN: REGULATOR, OXYGEN, DF TOP DRAWING: 16VK059-2 EDL REVISION & DATE: 2 / 31 AUG 2021 MDC: EEF IM NAME: DINH, VIVIAN V
FD2030-25-02308
NSN: 1650-01-684-1629HS NOUN: RUDDER, SPECIAL TOP DRAWING: 300300R-1005 EDL REVISION & DATE: 3 / 27 AUG 2025 MDC CODE: EFJ IM NAME: FALCONER, MICHAEL S.
FD2030-26-00017
NSN: 2840-01-144-4775OK NOUN: NOZZLE, TURBINE, AIRC TOP DRAWING: 6009T46G08 EDL REVISION & DATE: 10 / 11 JUL 2025 MDC CODE: 2JF IM NAME: DOWELL, MONIQUE L.
FD2030-25-02139
NSN: 1680-00-210-8808RK NOUN: ACTUATOR, ELECTRO-ME TOP DRAWING: 9-23897-2 EDL REVISION & DATE: 7 / 27 AUG 2025 MDC CODE: EMJ IM NAME: HANSON-WHEELER, JERRI L.
66 - FMS Repair - DISPLAY UNIT, FLIGHT
Solicitation Remarks: This is a sole source requirement for the repair of the following: NSN: 7R 6610-015687028 Part Number: 267A740-3 Nomenclature: DISPLAY UNIT, FLIGHT FMS Case: AT-P-GXO Critical Application Item (CAI) RMC: 3D NAVUP WSS Philadelphia intends to award this requirement on a sole source basis under an already established BOA. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. One or more of the items under this acquisition is subject to Free Trade Agreements. (FAR 52.225-3). One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. (FAR 52.225-5) These items require Government Source Approval prior to award. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure, which can be obtained on the internet at https://www.navsup.navy.mil/Business-Opportunities/Home/ Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Mrs. Dana Scott at the email address: dana.l.scott14.civ@us.navy.mil
FD2020-21-01168
4320011891409YP GOVERNOR,PUMP,PRESS 3 IMAGES
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
7 Nov 2025 Update: The following link allows the viewing of industry day: https://www.youtube.com/watch?v=c-cFdEajXeo For industry input (RFI) requested (starting on slide 19 of the brief), please submit no later than 17 Nov 2025. Industry Input (RFI): Proprietary information may be submitted; however, RFI respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.? If a submission is marked, it will be protected from disclosure outside of Government personnel, unless permission is granted for Government support contractors to view the material. The following companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of an RFI respondent’s proprietary data.? RFI responses?MUST?clearly state whether permission is granted allowing the support contractors identified below access to any proprietary information. Boston Consulting Group (BCG) Swingtide Andrew Morgan Consulting, LLC? Greenlight Analytic, LLC Monterey Consultants, INC This RFI is not a solicitation.??This RFI is for planning purposes only.? It does not constitute an RFP or a promise to issue an RFP in the future.? This RFI does not commit the Government to contract for any supply or service whatsoever.? Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. ?All costs associated with responding to this RFI will be solely at the responding party’s expense.? Participation is not mandatory or required; participation or response to this RFI is not a prerequisite for any future procurement activities.? As a reminder, questions submitted through Bidscale (https://select.bidscale.app) will be made public, excluding submitters information. -------------------------------------------------------------------------------------------------------- Industry Day will be held 5 Nov 2025 starting at 10:00 am eastern at the Holiday Inn Arlington. Address: 4610 N Fairfax Drive; Arlington VA, 22203 Parking: At the hotel, drive through the open gate to the large lot behind the building. The cost is $10 with validation, $20 without. For validated parking, upon arrival, attendees must stop at the front desk to receive a parking pass to hang in your vehicle prior to attending industry day. A QR code for checking in will be provided at the venue. Please email sonya.m.edom.civ@health.mil, if you haven't already, to reserve space. ------------------------------------------------------------------------------------ The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
Update: Industry Day will be held 5 Nov 2025 starting at 10:00 am eastern at the Holiday Inn Arlington. Address: 4610 N Fairfax Drive; Arlington VA, 22203 Parking: At the hotel, drive through the open gate to the large lot behind the building. The cost is $10 with validation, $20 without. For validated parking, upon arrival, attendees must stop at the front desk to receive a parking pass to hang in your vehicle prior to attending industry day. A QR code for checking in will be provided at the venue. Please email sonya.m.edom.civ@health.mil, if you haven't already, to reserve space. ------------------------------------------------------------------------------------ The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
Update: Industry Day will be held 5 Nov 2025 starting at 10:00 am eastern at the Holiday Inn Arlington. Address: 4610 N Fairfax Drive; Arlington VA, 22203 Parking: At the hotel, drive through the open gate to the large lot behind the building. The cost is $10 with validation, $20 without. For validated parking, upon arrival, attendees must stop at the front desk to receive a parking pass to hang in your vehicle prior to attending industry day. A QR code for checking in will be provided at the venue. Please email sonya.m.edom.civ@health.mil, if you haven't already, to reserve space. ------------------------------------------------------------------------------------ The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
Update: Industry Day will be held 5 Nov 2025 starting at 10:00 am eastern at the Holiday Inn Arlington. Address: 4610 N Fairfax Drive; Arlington VA, 22203 Parking: At the hotel, drive through the open gate to the large lot behind the building. The cost is $10 with validation, $20 without. For validated parking, upon arrival, attendees must stop at the front desk to receive a parking pass to hang in your vehicle prior to attending industry day. A QR code for checking in will be provided at the venue. Please email sonya.m.edom.civ@health.mil, if you haven't already, to reserve space. ------------------------------------------------------------------------------------ The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery System (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
MARVEL End User Application & Utilization
INTRODUCTION Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from industry providers to suggest potential tests and experiments leveraging the Microreactor Application Research Validation and Evaluation (MARVEL) demonstration. This will consist of a two-step process starting with a feasibility assessment, then a physical implementation, subject to Congressional Appropriation. BACKGROUND The MARVEL will be an operational microreactor and is expected to serve as a nuclear test bed to demonstrate microreactor operations and end-use applications, paving the way for unleashing private sector nuclear energy development. A primary goal of the project is to provide a platform that can be leveraged by the private sector to mature novel nuclear technologies and demonstrate innovative new use cases for microreactors. Additional information on MARVEL’s utilization plan can be found in: https://www.osti.gov/biblio/2371820. In short, the MARVEL reactor can be used to the following non-exhaustive list of potential applications: Demonstrating novel nuclear-generated electricity applications (e.g., nuclear-powered microgrids, or nuclear-powered data-centers) Demonstrate novel nuclear heat applications (e.g., chemical processing, synfuel production, novel power conversion systems) Requesting data access (e.g., analyses conducted, documentations, engineering drawings) Operating the reactor in specific modes to validate models (e.g., conducting a specific transient to benchmark codes) Deploy advanced instrumentation and control paradigm to nuclear reactors (e.g., semi-autonomous operations, far-field remote operations) Demonstrate novel safeguards and security paradigms for nuclear technology (e.g., cyber-secure communications, novel safeguard techniques for microreactors) The current MARVEL scope will consist of developing an 85kWth reactor producing more than 10 kWe of electricity in the first stage of operations. In the second stage, process heat (above 300°C) will be provided to end-users specifically for type 2 demonstrations from the list above. Additional information on the technical specifications can be found in the MARVEL factsheets. SUBMITTAL REQUIREMENTS INL is soliciting requests from private industry on potential tests or demonstrations, leveraging MARVEL, that would be valuable for them to conduct. Companies or other interested parties are encouraged to submit EOIs relating to any of the above-mentioned topical areas (or other topics not covered by the list). Expressions of Interest will be ranked based on their potential impact to the broader US energy landscape. Promising concepts will be invited to respond to a potential Notice of Opportunity (NO) at a later stage. The NO will contain additional information about requirements for a more detailed proposal, funding expectations, timeline, and proposal ranking metrics. Following selection, a two-step process is envisaged whereby stakeholders work with national lab staff first to ensure the viability of the test/demonstration (currently intended for Fiscal Year 2026). This is then followed by a solicitation to conduct physical test/demonstration (currently intended for Fiscal Year 2027-2028). Interested entities are requested to provide expressions of interest (via email) by close-of business on 08/30/2025. Responses must include sufficient written information confirming the responder’s qualifications and the relevancy of their proposed scope based on the guidance in Section 2. Note that responses must be no more than 2 pages in length in PDF format. They should clearly state which of the above 6 category they fall under, which partnering institutions are included in the proposal, and what level of support (beyond the NO) is needed from INL (e.g., if the end-user or INL is expected to provide specific hardware). The content should ideally cover: the goal of the application, why it is impactful for the US nuclear industry, potential technical needs and technical specifications (e.g., quantity of energy needed, temperature range, MARVEL reactor operating conditions, test durations). If you have questions, or need additional information, please contact Stacie Strain, Program Manager, via email at stacie.strain@inl.gov with the subject line “Response to MARVEL Utilization EOI.” Technical questions must be submitted in writing via email. Only potentially qualified entities, as determined by BEA, will be contacted for further discussions or the release of a request for proposal for the project. PROPRIETARY INFORMATION Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents are encouraged to minimize the inclusion of sensitive information to the extent possible and mark information in their responses accordingly.
Financial Management - Financial Improvement Audit Remediation (FIAR)
18NOV2025 posting FM FIAR BPA evaluation criteria ================= 17NOV2025 update - on Thursday 20NOV2025 from 0900-1200, we will hold an Industry review of evaluation criteria and Instructions for the multiple award BPA. We welcome Industry participation. The draft documents will be uploaded by COB today. Meeting ID: 993 355 555 161, Passcode: hy7tZ3by Dial in by phone: +1 410-874-6750, 749764321# United States, Phone conference ID: 749 764 321# Link: https://dod.teams.microsoft.us/l/meetup-join/19%3a dod%3ameeting_c6d4f041830448e08cbd45811a02c90d%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%227053d7c7-69f5-41a4-820e-3b75753134d3%22%7d ======================================= 13NOV2025 Update: The NAICS for subject effort was changed to 541211 and briefed at Industry Day. The PSC code was updated to R499 and briefed at Industry Day. All information was included in the SAM.gov posted Industry Day charts. Comments questions please email Christine Dolan @Christine.dolan@us.af.mil. ====================================================== 10NOV2025 Updates, please see revised 12NOV2025 Industry Day Charts and revised DRAFT SAF/FM Support Scope and Ordering Guide ============================================================ 7Novmber 2025 updates Posting Industry Day Charts and Draft documents. Comments Questions and Concerns please bring to Industry Day. =================================================================== 4 November 2025 Update Referencing previous post, the Government is rescheduling virtual industry day to 12 November 2025 from 9:00 AM to 5:00 PM Eastern Time via Microsoft TEAMS. If you have previously registered, you should have received an invite from Ms Jennifer McCann. If you have not registered, please complete the linked registration form: https://forms.osi.apps.mil/r/3hnHRr0DqG The bidder's library is available upon request and sent via DOD SAFE. To request, please fill out the linked form: https://forms.osi.apps.mil/r/tPHLEp7Xke NOTE: There will be no one-on-one sessions. In place of these one-on-one sessions, we will conduct an open live discussion, walking through the draft PWS, taking feedback, and taking input on DAF draft acquisition strategy. Draft agenda for Industry Day: Opening remarks Ms. Lara C. Sayer, Principal Deputy Assistant Secretary of the Air Force, Financial Management and Comptroller and Mr. Michael W. Smiley, Associate Deputy Assistant Secretary (Financial Operations) Overview of current roadmap (living document) Deep dive into targeted roadmap tasks Review/Discuss Draft PWS Review/Discuss Draft Acquisition Strategy Review/Discuss Draft Timeline to Award Microsoft TEAMS meeting link: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_aeba87c56d524928be81ce585a2e7791%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%22d3156f9e-466e-4ef9-acfa-181603b82ebf%22%7d Meeting ID: 993 239 780 709 Passcode: 2Uh2Qk7q
Financial Management - Financial Improvement Audit Remediation (FIAR)
17NOV2025 update - on Thursday 20NOV2025 from 0900-1200, we will hold an Industry review of evaluation criteria and Instructions for the multiple award BPA. We welcome Industry participation. The draft documents will be uploaded by COB today. Meeting ID: 993 355 555 161, Passcode: hy7tZ3by Dial in by phone: +1 410-874-6750, 749764321# United States, Phone conference ID: 749 764 321# Link: https://dod.teams.microsoft.us/l/meetup-join/19%3a dod%3ameeting_c6d4f041830448e08cbd45811a02c90d%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%227053d7c7-69f5-41a4-820e-3b75753134d3%22%7d ======================================= 13NOV2025 Update: The NAICS for subject effort was changed to 541211 and briefed at Industry Day. The PSC code was updated to R499 and briefed at Industry Day. All information was included in the SAM.gov posted Industry Day charts. Comments questions please email Christine Dolan @Christine.dolan@us.af.mil. ====================================================== 10NOV2025 Updates, please see revised 12NOV2025 Industry Day Charts and revised DRAFT SAF/FM Support Scope and Ordering Guide ============================================================ 7Novmber 2025 updates Posting Industry Day Charts and Draft documents. Comments Questions and Concerns please bring to Industry Day. =================================================================== 4 November 2025 Update Referencing previous post, the Government is rescheduling virtual industry day to 12 November 2025 from 9:00 AM to 5:00 PM Eastern Time via Microsoft TEAMS. If you have previously registered, you should have received an invite from Ms Jennifer McCann. If you have not registered, please complete the linked registration form: https://forms.osi.apps.mil/r/3hnHRr0DqG The bidder's library is available upon request and sent via DOD SAFE. To request, please fill out the linked form: https://forms.osi.apps.mil/r/tPHLEp7Xke NOTE: There will be no one-on-one sessions. In place of these one-on-one sessions, we will conduct an open live discussion, walking through the draft PWS, taking feedback, and taking input on DAF draft acquisition strategy. Draft agenda for Industry Day: Opening remarks Ms. Lara C. Sayer, Principal Deputy Assistant Secretary of the Air Force, Financial Management and Comptroller and Mr. Michael W. Smiley, Associate Deputy Assistant Secretary (Financial Operations) Overview of current roadmap (living document) Deep dive into targeted roadmap tasks Review/Discuss Draft PWS Review/Discuss Draft Acquisition Strategy Review/Discuss Draft Timeline to Award Microsoft TEAMS meeting link: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_aeba87c56d524928be81ce585a2e7791%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%22d3156f9e-466e-4ef9-acfa-181603b82ebf%22%7d Meeting ID: 993 239 780 709 Passcode: 2Uh2Qk7q
Financial Management - Financial Improvement Audit Remediation (FIAR)
13NOV2025 Update: The NAICS for subject effort was changed to 541211 and briefed at Industry Day. The PSC code was updated to R499 and briefed at Industry Day. All information was included in the SAM.gov posted Industry Day charts. Comments questions please email Christine Dolan @Christine.dolan@us.af.mil. ====================================================== 10NOV2025 Updates, please see revised 12NOV2025 Industry Day Charts and revised DRAFT SAF/FM Support Scope and Ordering Guide ============================================================ 7Novmber 2025 updates Posting Industry Day Charts and Draft documents. Comments Questions and Concerns please bring to Industry Day. =================================================================== 4 November 2025 Update Referencing previous post, the Government is rescheduling virtual industry day to 12 November 2025 from 9:00 AM to 5:00 PM Eastern Time via Microsoft TEAMS. If you have previously registered, you should have received an invite from Ms Jennifer McCann. If you have not registered, please complete the linked registration form: https://forms.osi.apps.mil/r/3hnHRr0DqG The bidder's library is available upon request and sent via DOD SAFE. To request, please fill out the linked form: https://forms.osi.apps.mil/r/tPHLEp7Xke NOTE: There will be no one-on-one sessions. In place of these one-on-one sessions, we will conduct an open live discussion, walking through the draft PWS, taking feedback, and taking input on DAF draft acquisition strategy. Draft agenda for Industry Day: Opening remarks Ms. Lara C. Sayer, Principal Deputy Assistant Secretary of the Air Force, Financial Management and Comptroller and Mr. Michael W. Smiley, Associate Deputy Assistant Secretary (Financial Operations) Overview of current roadmap (living document) Deep dive into targeted roadmap tasks Review/Discuss Draft PWS Review/Discuss Draft Acquisition Strategy Review/Discuss Draft Timeline to Award Microsoft TEAMS meeting link: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_aeba87c56d524928be81ce585a2e7791%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%22d3156f9e-466e-4ef9-acfa-181603b82ebf%22%7d Meeting ID: 993 239 780 709 Passcode: 2Uh2Qk7q
Financial Management - Financial Improvement Audit Remediation (FIAR)
This is the SAM.gov site for the upcoming Financial Management - Financial Improvement & Audit Remediation (FIAR) requirements. FIAR services will be procured for Air Force Financial Management & Comptroller (SAF/FMF), Air Force Material Command Financial Management (AFMC/FM) and Defense Security Cooperation Agency (DSCA) under this acquisition. There is not an Approved acquisition strategy for this requirement. The government will be posting Requirements documents, Requests for Information and Bidders library information on this site, in preparation of a competitive process and contract award. This will represent the Market Research process of this acquisition, which will result in a finalized acquisition strategy. When we have a tentative schedule that will also be posted here. ========================================================== 03SEP2025 SOURCES SOUGHT - this is a request for companies interested in this procurement to respond to Government questions in Attached document titled "Financial Management FIAR Sources Sought 3SEP25". Please provide responses to Government questions NLT 1700 hours 10SEP2025. Request companies utilize this excel file template. Extensive capability packages are not desired. Email responses to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. The Government is also posting the Performance Work Statement (PWS). Request companies provide any comments, questions on the requirements package via the same excel file format titled "Financial Management FIAR Sources Sought 3SEP25". Request you submit feedback, questions on requirements package NLT 1700 hours 10SEP2025 via email to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. ========================================== 25Sep2025 - We welcome and appreciate your interest in competing for this opportunity. This contract will provide audit remediation support for financial statements reporting and analysis for the following customers: SAF/FM (United States Air Force (USAF) and United States Space Force (USSF) for the Department of the Air Force General Fund (GF); Air Force Materiel Command (AFMC) for the Working Capital Fund (WCF); and the Defense Security Cooperation Agency (DSCA) for the DAF Title 22 Security Assistance Accounts (SAA). A virtual industry day will be held on 1 October 2025. The industry day will start with a General Session from 0900-1030 EST including: SAF/FMF welcome & explanation of the importance of this effort Overview of the intent of the performance of work statement Question and Answer session At the conclusion of the General Session, we will commence with breakout sessions for all requesting companies. These sessions will last no more than 30 minutes. 30-minute break out sessions for vendors To Register General Session: All companies interested in attending the Industry Day should complete the attached FIAR Industry Day Registration form. List all participants on the form that will need a link to the Industry Day. The form should be returned to michael.mason.23@us.af.mil by COB 29 September 2025. A link will be sent to the email addresses listed on the registration form. Breakout Session: If your company desires a 30-minute breakout session on 1 October 2025 indicate “Yes” in column H on the FIAR Industry Day Registration form. All registrants indicating “Yes” for the “Will attend a 30-minute breakout session” in column H will be sent a TEAMS invite for their company’s 30-minute breakout session. All industry sessions will be transcribed in TEAMS for meeting minutes. If your company deems any information sensitive or proprietary, this information must be identified during the session and will be omitted from the TEAMS transcription for the meeting minutes. ====================== 26SEP2025 posting Response to Industry Questions - attached hereto.
Financial Management - Financial Improvement Audit Remediation (FIAR)
This is the SAM.gov site for the upcoming Financial Management - Financial Improvement & Audit Remediation (FIAR) requirements. FIAR services will be procured for Air Force Financial Management & Comptroller (SAF/FMF), Air Force Material Command Financial Management (AFMC/FM) and Defense Security Cooperation Agency (DSCA) under this acquisition. There is not an Approved acquisition strategy for this requirement. The government will be posting Requirements documents, Requests for Information and Bidders library information on this site, in preparation of a competitive process and contract award. This will represent the Market Research process of this acquisition, which will result in a finalized acquisition strategy. When we have a tentative schedule that will also be posted here. ========================================================== 03SEP2025 SOURCES SOUGHT - this is a request for companies interested in this procurement to respond to Government questions in Attached document titled "Financial Management FIAR Sources Sought 3SEP25". Please provide responses to Government questions NLT 1700 hours 10SEP2025. Request companies utilize this excel file template. Extensive capability packages are not desired. Email responses to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. The Government is also posting the Performance Work Statement (PWS). Request companies provide any comments, questions on the requirements package via the same excel file format titled "Financial Management FIAR Sources Sought 3SEP25". Request you submit feedback, questions on requirements package NLT 1700 hours 10SEP2025 via email to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. ========================================== 25Sep2025 - We welcome and appreciate your interest in competing for this opportunity. This contract will provide audit remediation support for financial statements reporting and analysis for the following customers: SAF/FM (United States Air Force (USAF) and United States Space Force (USSF) for the Department of the Air Force General Fund (GF); Air Force Materiel Command (AFMC) for the Working Capital Fund (WCF); and the Defense Security Cooperation Agency (DSCA) for the DAF Title 22 Security Assistance Accounts (SAA). A virtual industry day will be held on 1 October 2025. The industry day will start with a General Session from 0900-1030 EST including: SAF/FMF welcome & explanation of the importance of this effort Overview of the intent of the performance of work statement Question and Answer session At the conclusion of the General Session, we will commence with breakout sessions for all requesting companies. These sessions will last no more than 30 minutes. 30-minute break out sessions for vendors To Register General Session: All companies interested in attending the Industry Day should complete the attached FIAR Industry Day Registration form. List all participants on the form that will need a link to the Industry Day. The form should be returned to michael.mason.23@us.af.mil by COB 29 September 2025. A link will be sent to the email addresses listed on the registration form. Breakout Session: If your company desires a 30-minute breakout session on 1 October 2025 indicate “Yes” in column H on the FIAR Industry Day Registration form. All registrants indicating “Yes” for the “Will attend a 30-minute breakout session” in column H will be sent a TEAMS invite for their company’s 30-minute breakout session. All industry sessions will be transcribed in TEAMS for meeting minutes. If your company deems any information sensitive or proprietary, this information must be identified during the session and will be omitted from the TEAMS transcription for the meeting minutes.
Financial Management - Financial Improvement Audit Remediation (FIAR)
This is the SAM.gov site for the upcoming Financial Management - Financial Improvement & Audit Remediation (FIAR) requirements. FIAR services will be procured for Air Force Financial Management & Comptroller (SAF/FMF), Air Force Material Command Financial Management (AFMC/FM) and Defense Security Cooperation Agency (DSCA) under this acquisition. There is not an Approved acquisition strategy for this requirement. The government will be posting Requirements documents, Requests for Information and Bidders library information on this site, in preparation of a competitive process and contract award. This will represent the Market Research process of this acquisition, which will result in a finalized acquisition strategy. When we have a tentative schedule that will also be posted here. ========================================================== 03SEP2025 SOURCES SOUGHT - this is a request for companies interested in this procurement to respond to Government questions in Attached document titled "Financial Management FIAR Sources Sought 3SEP25". Please provide responses to Government questions NLT 1700 hours 10SEP2025. Request companies utilize this excel file template. Extensive capability packages are not desired. Email responses to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. The Government is also posting the Performance Work Statement (PWS). Request companies provide any comments, questions on the requirements package via the same excel file format titled "Financial Management FIAR Sources Sought 3SEP25". Request you submit feedback, questions on requirements package NLT 1700 hours 10SEP2025 via email to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil.
Financial Management - Financial Improvement Audit Remediation (FIAR)
This is the SAM.gov site for the upcoming Financial Management - Financial Improvement & Audit Remediation (FIAR) requirements. FIAR services will be procured for Air Force Financial Management & Comptroller (SAF/FMF), Air Force Material Command Financial Management (AFMC/FM) and Defense Security Cooperation Agency (DSCA) under this acquisition. There is not an Approved acquisition strategy for this requirement. The government will be posting Requirements documents, Requests for Information and Bidders library information on this site, in preparation of a competitive process and contract award. This will represent the Market Research process of this acquisition, which will result in a finalized acquisition strategy. When we have a tentative schedule that will also be posted here.
FD2020-22-50016
NSNS: 1377-01-318-5643ES 1377-01-318-5644ES 1377-01-318-5645ES 1377-01-318-5646ES P/N: DAA3294P404-201 NOUN: CHARGE,SHAPED
Defense Logistics Information Research (DLIR)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.
Defense Logistics Information Research (DLIR)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.
Defense Logistics Information Research (DLIR)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.
Defense Logistics Information Research (DLIR) and Supply Chain Management (SCM)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Noun_MOTOR ASSY, ELECTRICAL_Application_E-3_NSN_6105-01-034-7689_Part_Number_102650EZ
See attached document.
FD2020-21-52200
NSN: 1377-01-279-7179 NOUN: CARTRIDGE,IMPULSE P/N: L320C2003
Base Cameras, Columbus AFB, MS
Unless otherwise specified, the contractor shall furnish all personnel, transportation, equipment, tools, materials, and other resources required to: Provide, install, configure, and integrate a new Video Management System (VMS) Install servers or provide cloud base storage capable of storing at least 30 days of video recordings Install three (3) workstations or provide capability for administrators to log into the system virtually Replace fourteen (14) cameras and install an additional eleven (11) cameras at designated locations, as outlined in Attachment 1 Supply and install all necessary equipment and perform required configurations to integrate up to 40 existing Axis cameras into the operating system. The specific Axis camera models to be integrated are: Camera Model Name Minimum Firmware Supported - Axis 211 D2110-VE 11.10.61 Axis M3027-PVE M3027 5.55.1 Axis P-1448-LE P1448-LE 11.10.61 Axis P3346 P3346 11.10.61 Axis M3007-PVE M3007-PV 5.70.1 & 6.50.5.2 Axis P3301 P3301 5.40.9.2 Axis Q6000-E Mk II Q6000-E Mk II 6.50.5.7 Axis Q60 PTZ NFI NFI Axis Q1765-LE Q1765-LE 11.10.61 All equipment shall be connected to the Air Force Network and must comply with UFC requirements. The contractor shall become familiar with the security and network architecture of Columbus AFB to ensure an optimized and efficient system implementation. Contractor shall also provide software licensing for 1 base year and 4 option years. This requirement will be offered under NAICS Code: 561621, vendors that do not have this NAICS code referenced on SAM.gov will not be considered. This requirement will be awarded based on price and technical acceptability, where technical acceptability is defined as the vendor takes no exceptions to the Statement of Work.
FD2020-21-00779
4810-01-099-6392WF VALVE,SOLENOID
Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
Air Force – AFLCMC Special Operations and ISR Directorate – Commercial Solutions Opening Notice ID: FA8629-24-C-S001 The Air Force Life Cycle Management Center (AFLCMC), Special Operations and Intelligence, Surveillance, and Reconnaissance Directorate (WI), Special Operations and Personnel Recovery Division (WIS) and Capabilities Development Office (CDO) at Wright-Patterson, Air Force Base, OH will utilize this Commercial Solutions Opening (CSO) for specific future requirements. All specific requirements and submissions will be posted as Problem Statement Calls with specific response requirements. This CSO may lead to FAR Part 12 or Other Transaction awards. The posting of the CSO does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. No funding is currently available for the CSO. Please see attachments for guidance on the CSO. The CSO has been opened for an initial period of 12 months, ending on 03 Sep 2026. The CSO will be reviewed annually for renewal.
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors