Federal Contract Opportunities
Showing 551-600 of 2,364 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
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 AFLCMC WIS & CDO CSO has been opened for an initial period of 12 months, ending on 03 Sep 2026. The CSO will be reviewed annually for renewal.
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.
AN_APG66_Transmitter_NSN5960014448163_PN588R901H02_ElectronTube
NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice/Sources Sought: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to manufacture, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that he has a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 588R901H02. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Manufacture/Process Verification: The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 588R901H02. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 588R901H02. This article shall be subjected to a form, fit, and 29-Sep-22 Section C 1/3 MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter function evaluation to demonstrate compatibility with the weapon system and to evaluate the manufacturing capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified: $3000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved source for this item. Approval, however, does not guarantee subsequent contract award. 29-Sep-22 Section C 2/3 MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the manufacturing process. g. QWC7: NA
Base Cameras, Columbus AFB, MS
NOTE: Solicitaton has been amended to add revised Statement of Work, Q and A, and extend the due date. 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.
FD2030-25-02498
NSN: 1680-01-077-3420RK NOUN: ACTUATOR, ELECTRO-ME TOP DRAWING: 16K0745-5 EDL REVISION & DATE: 15 / 04 SEP 2025 MDC CODE: ELG IM NAME: JACKSON, TODD L.
FY25/26 Naval Aviation North Stars Enterprise-Wide Broad Agency Announcement (BAA)
The Government is interested in receiving white papers for research and development, which may include but is not limited to, rapid prototyping, demonstration, and experimentation projects that offer potential for advancements and improvements in Integrated Warfighting Capability across the Naval Aviation Mission Areas supporting Naval Operations and as applicable to Naval Air Systems Command (NAVAIR) and subordinate Commands. See the Attached N00019-25-S-0001 Broad Agency Announcement for further details. Ready to Get Started? Take a look at these FAQs attached. More information, including the BAA document, submission guidelines, and event details can be found on the official NAVAIR website https://www.navair.navy.mil/North-Stars Update as of 04 September 2025: Interested parties are hereby notified that a new Naval Aviation North Stars Enterprise-Wide Broad Agency Announcement (BAA) is posted here to SAM.gov as a follow-on to the previous BAA, N00019-24-S-0001, with additional flexibility, increased areas of interest, and lessons learned. NAVAIR is requesting your observations and insights to ensure an improved experience for all stakeholders. Please take a moment to complete the industry feedback form at NAVAIR’s official NANS BAA website: https://www.navair.navy.mil/North-Stars and help shape a better procurement mechanism.
FIRE TRUCK MAINTENANCE
THIS IS A Sources Sought Notice ONLY. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) business development programs, HUBZone, service-disabled veteran-owned, (SDVOSB) womanowned small business (WOSB), small, disadvantaged business (SDB), economically disadvantaged women owned small business (EDWOSB) are highly encouraged to identify capabilities in meeting the requirements. Please review the attached notice and the attached Performance Work Statement and submit your response in accordance with the date on the notice no later than September 5, 2025 @12pm EST.
Manufacture of Trailing Edge for the B-1 Aircraft.
Solicitation amendment to extend the closing date of the RFP, 100% set aside for small business for the manufacture of the trailing edge for the B-1 aircraft.
SSAT BQM-34S STING, NRE
The Naval Air Systems Command (NAVAIR), Aerial Targets Program Office (PMA-208) Patuxent River, Maryland, intends to enter negotiations and subsequently award a sole-source, Delivery Order under IDIQ N00019-25-G-0003 with Northrup Grumman Systems Corporation (NGSC), San Diego, CA. The anticipated delivery order is to provide Non-Recurring Engineering and preliminary production support for the BQM-34S Aerial Subsonic Target. The contract will be a combination of Cost Plus and Firm Fixed Price (FFP) and will include but not be limited to finalizing and release 2D drawing to 3D models, addressing parts obsolescence in subassemblies, assisting with engine and fuel design updates, updating software, qualifying and testing the design, and preparing the manufacturing factory floor tooling and test sets. Contract award is anticipated for the second quarter of calendar year 2027 and will have a duration of 36 months after contract award. The BQM-34 is a recoverable, remote controlled, subsonic aerial target, capable of speeds of up Mach 0.86 and altitudes from 10 to 60,000 feet. The BQM-34 system emulates Anti-Ship Cruise Missile (ASCM) and Surface-to-Air Missile (SAM) in support of weapons system test and evaluation. This requirement will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. NGSC is the sole designer, developer and manufacturer of the BQM-34S Subsonic Aerial Target system. NGSC is the only known contractor with the requisite knowledge, maintenance and repair experience, and noncommercial technical data and software rights to meet the Government’s requirements for the BQM-34S Subsonic Aerial Target system. IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted. Companies interested in subcontracting opportunities should contact NGSC directly via ATTN: AISR&T/RQ-4 or Kelsey Silver at P.O. Box 509066, San Diego, CA 92150-9066. All responsible sources may submit a capability statement, which will be considered by the agency. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice can be sent via email directly to Tamiko Blackson, tamiko.c.blackson.civ@us.navy.mil.
AIR COMBAT COMMAND HEADQUARTERS (ACC HQ) ACQUISITION MANAGEMENT INTEGRATION CENTER (AMIC) COMMERCIAL SOLUTIONS OPENING (CSO)
UPDATE 2 September 2025 - extend open period by one year UPDATE 22 May 2025 - Removed Topics 014 and 015 UPDATE 13 March 2025 - Added Topic 016 This Commercial Solutions Openings (CSOs), issued in accordance with DFARS 212.70, is a competitive solicitation seeking proposals for innovative, commercial technologies and services that accelerate attainment of capabilities detailed in Attachment 7 (of the included attachement) to meet ACC’s mission. ACC HQ intends to obtain innovative solutions or potential new capabilities that fulfill requirements, close capability gaps, or provide potential technology advancements. Solutions may include existing technologies or procedures, not currently in use by the United States Air Force (USAF), that would enhance or streamline USAF mission capabilities. "Innovative", as defined in DFARS 212.70, means any technology, process, application, or method, including research and development, which is new as of the date of proposal submission. This CSO seeks the best commercial approaches to meet various technology objectives of ACC. All items, technologies, and services acquired using this CSO will be treated as commercial items. The Government encourages white-paper proposals that span a wide spectrum of possible technical and business solutions in response to the specific technology topics listed in attachemnt 7 (of the included attachement). The Government reserves the right to award to any combination of proposals which offer the best overall value to the Government, and to oversee all processes and approaches once initiated. Awards of efforts as a result of this announcement will be in the form of FAR Part 12 contracts or other transactions (OT) as codified in 10 U.S.C. § 4022. Funding is not currently available for the topics provided in Attachment 7 (of the included attachement). Industry responses will be carefully reviewed and prioritized, with funding sought by ACC HQ to pursue innovative and optimal solutions. The price and affordability of proposed technologies will contribute to ACC’s interest in pursuing proposed solutions. Any awards resulting from this CSO will be made based on the evaluation results outlined in the attached document. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds. Questions regarding the administrative or technical content of this CSO and any white paper submissions (reference Para 4.2.1) must be forwarded via email to ACCAMIC.MFT.CSO@us.af.mil, with a copy to aimee.black@us.af.mil.
FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
NOTICE OF INTENT TO AWARD SOLE SOURCE Solicitation Number: 15M10224QA4700317 The Government hereby submits a notice of intent to award a sole source firm fixed price contract for internet service for Northern District of Alabama. The period of performance for this effort will be a base period with four (4) 12-month option periods. The total estimated value is $14,251.30. This sole source contracting action is pursuing a waiver from placing an order on a competitive basis pursuant to FAR 6.302-2 for the aforementioned requirement. This hereby constitutes a synopsis of the options included in this requirement. The determination not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for quotes or proposals. Questions or comments to this Notice of Intent should be directed to Contracting Officer, Renee Leaman, at Renee.Leaman@usdoj.gov via e-mail only (no phone calls/voice mail messages regarding questions will not be accepted and will not receive a response). Please indicate in the subject of your email: Notice of Intent Question Submission - 15M10224QA4700317 Thank you.
Guatemala - Vehicle Rental Service
The U.S. Embassy in Guatemala requires the rental services of three (3) vehicles for twelve (12) months to be used in and around Guatemala City.
93--PLASTIC SHEET
Proposed procurement for NSN 9330015658567 PLASTIC SHEET: Line 0001 Qty 2000 UI EA Deliver To: DLA DISTRIBUTION DEPOT OKLAHOMA By: 0090 DAYS ADO The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Digitized drawings and Military Specifications and Standards may be retrieved, or ordered, electronically. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes may be submitted electronically.
RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
The National Aeronautics and Space Administration (NASA) Science Mission Directorate (SMD) announces that its annual NASA Research Announcement (NRA), Research Opportunities in Space and Earth Sciences (ROSES) – 2025 will be released on or about July 10, 2025. ROSES is an omnibus solicitation with many individual program elements, each with its own due dates and topics. Table 2 and Table 3 of this NRA, which will be posted at https://solicitation.nasaprs.com/ROSES2025table2 and https://solicitation.nasaprs.com/ROSES2025table3, respectively, provide proposal due dates and hypertext links to descriptions of the solicited program elements of this NRA. Together, these program elements cover the wide range of basic and applied supporting research and technology in space and Earth sciences supported by SMD. The ROSES NRA is written to allow program elements to issue awards to non-governmental organizations as grants, cooperative agreements, or contracts depending on the nature of the work proposed. However, at the time of release, all active program elements of ROSES specifically exclude contracts, because contracts would not be appropriate for the nature of the work solicited. Thus, unless otherwise specified by the program element, awards to non-governmental organizations deriving from ROSES will be federal assistance. Awards to government labs, including funded Co-Investigators on proposals non-governmental organizations, will be inter- or intra-agency transfers, as appropriate. Except for China (see Section III.c of the ROSES Summary of Solicitation), organizations of every type, domestic and foreign, government and private, for profit and not-for-profit, may submit proposals without restriction on teaming arrangements. However, not all organizations will receive funding; foreign organizations in general are not funded, see https://science.nasa.gov/researchers/sara/faqs/#faq-14. Also, Earth Science Division (i.e., Appendix A) program elements have a new eligibility restriction: Federal agencies other than NASA and FFRDCs other than JPL will not receive funding from Appendix A elements. Team members from government agencies other than NASA are welcome at no cost (as unfunded Co-Is or collaborators). Awards range from under $100K per year for focused, limited efforts (e.g., data analysis) to more than $1M per year for extensive activities (e.g., development of hardware for science experiments and/or flight). Periods of performance are typically three years, but some programs may allow up to five years and others specify shorter periods. The funds available and the anticipated number of awards are given in each program element and range from less than one to several million dollars, allowing for selection from a few to as many as several dozen proposals. Continued solicitation of proposals and issuance awards is contingent on appropriation of funding. Electronic submission of proposals is required by the respective due dates for each program element and must be submitted by an authorized official of the proposing organization. Most program elements will be set up for application via Grants.gov only if requested at least 30 days in advance of the due date. For more on Grants.gov submissions see Section IV(b)v of the ROSES Summary of Solicitation, that may be found at https://solicitation.nasaprs.com/ROSES2025. Every organization that intends to submit a proposal in response to ROSES must be registered with NSPIRES; organizations that intend to submit proposals via Grants.gov must be registered with Grants.gov in addition to being registered with NSPIRES. Such registration must identify the authorized organizational representative(s) who will submit the electronic proposal. All proposal team members must be registered in NSPIRES regardless of the submission system so we may perform automatic organizational conflict of interest checking of reviewers. Potential proposers and proposing organizations are urged to access the system(s) well in advance of the proposal due date(s) of interest to familiarize themselves with its structure and to enter the requested information. Notices of intent to propose and Step-1 Proposals will be due no earlier than August 11, 2025, and full (Step-2) Proposals will be due no earlier than September 8, and may be due as late as May 2026, at which time it is expected that the first full (Step-2) proposal due dates for ROSES-26 will begin. Potential proposers are strongly encouraged to read Section I(d) of the ROSES Summary of Solicitation and ROSES-25 FAQ#1 that list significant changes from recent ROSES. Compliant and responsive proposals are peer reviewed vs. the standard evaluation criteria defined in Section 12 of the NASA Grants and Cooperative Agreement Manual (GCAM) available on the Grants Policy web page at https://www.nasa.gov/grants-policy-and-compliance-team/#Regulations. ROSES clarifications, corrections and amendments occur over the course of the year; TBD program elements are finalized, and due dates released. To learn of the addition of new program elements and all amendments to this NRA, proposers may: (1) Subscribe to the SMD mailing lists (by logging in at http://nspires.nasaprs.com/ and checking the appropriate boxes under "Account Management" and "Email Subscriptions"). (2) Get automatic updates of due dates using the ROSES-2025 due date Google calendar, see How to Subscribe to the ROSES-2025 Due Date Calendars at https://science.nasa.gov/researchers/sara/library-and-useful-links; and (3) Check the ROSES-2025 Blog at https://science.nasa.gov/researchers/sara/grant-solicitations/roses-2025/ Frequently asked questions about ROSES-2025 will be posted at http://science.nasa.gov/researchers/sara/faqs/ shortly after release. Questions concerning the individual program elements in ROSES should be directed to the point(s) of contact in the Summary Table of Key Information at the end of the program element and at http://science.nasa.gov/researchers/sara/program-officers-list/. Subject matter experts are encouraged to sign up to be a volunteer reviewer at https://science.nasa.gov/researchers/volunteer-review-panels
FD2020-21-50089
1377-01-054-2911ES, INITIATOR,PROPELLAN 1377-01-271-7161ES, INITIATOR,PROPELLAN 1377-01-054-2912ES, INITIATOR,PROPELLAN 1377-01-257-9467ES, INITIATOR,PROPELLAN 1377-01-073-2190ES, INITIATOR,PROPELLAN 1377-01-346-2219ES, INITIATOR,PROPELLAN 1377-01-102-2219ES, INITIATOR,PROPELLAN 1377-01-346-2220ES, INITIATOR,PROPELLAN 1377-01-102-8963ES, INITIATOR,PROPELLAN 1377-01-346-2221ES, INITIATOR,PROPELLAN 1377-01-262-0521ES, INITIATOR,PROPELLAN 1377-01-203-1961ES, INITIATOR,PROPELLAN
RENTAL OF ONE (1) DIESEL AIR COMPRESSOR AND AIR DRYER
Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the rental of one (1) 1500 cfm Air Compressor w/ Air Dryer. The required items are for commercial items prepared in accordance with the information in FAR subpart 12.6 and FAR part 13, as supplemented with additional information included in this notice. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with Total Small Business only. The North American Industry Classification Standard (NAICS) code applicable to this procurement is 532490. The small business size standard is 1,300. The Product Service Code is W043. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Once available, the solicitation will be posted on SAM, https://sam.gov. Solicitation N42158-25-Q-0072 and subsequent amendments will be posted to this website (beta.sam.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the Beta SAM website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at Beta SAM on the interested vendor list under N42158-25-Q-0072. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at https://sam.gov. By submitting a quotation, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quotation. By submission of a quotation, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offeror’s may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Rebekah Riggins, Contract Specialist at rebekah.r.riggins.civ@us.navy.mil.
RENTAL OF (3) HP AIR COMPRESSORS
Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the rental of three (3) Ships Service High Pressure Air Compressors. The required items are for commercial items prepared in accordance with the information in FAR subpart 12.6 and FAR part 13, as supplemented with additional information included in this notice. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with Total Small Business only. The North American Industry Classification Standard (NAICS) code applicable to this procurement is 532490. The small business size standard is 1,300. The Product Service Code is W043. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Once available, the solicitation will be posted on SAM, https://sam.gov. Solicitation N42158-25-Q-0071 and subsequent amendments will be posted to this website (beta.sam.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the Beta SAM website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at Beta SAM on the interested vendor list under N42158-25-Q-0071. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at https://sam.gov. By submitting a quotation, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quotation. By submission of a quotation, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offeror’s may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Rebekah Riggins, Contract Specialist at rebekah.r.riggins.civ@us.navy.mil.
Passes of the Mississippi River, South Pass, Maintenance Dredging ( Non-Continuous), Plaquemines Parish, LA ED-25-004
Description and Magnitude of Work is as follows: The work consists of dredging of shoal material from South Pass within the limits shown on the contract drawings above elevation-23.5' MLLW over a 300' bottom width, satisfactory disposal of the dredged material at the disposal sites as required by this solicitation. (The estimated time of completion is 385 calendar days after receipt of Notice to Proceed. The solicitation will include 31 drawings and specifications). The magnitude of construction range for this Dredge is between $25,000,000.00 and $100,000,000.00. The solicitation will issue on or about 7 August 2025, and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on SAM (www.sam.gov). You can access these files from a link located on Sam.gov (www.Sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration’s Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Melissa A. Vaughn at 504-862-2762 (e-mail Melissa.A.Vaughn@usace.army.mil) or Shaun A. McAfee at 504-862-2918 (email shaun.a.mcafee@usace.army.mil.
JRE Help Desk
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the guidelines established in the Federal Acquisition Regulation (FAR) Part 13, utilizing Simplified Acquisition Procedures. This announcement serves as the sole solicitation; no written solicitation will be issued. The Air Force intends to award a non-competitive contract to Science Applications International Corporation (SAIC) in accordance with FAR 13.106-1(b)(1), which permits procurement from a single responsible source when no other supplies or services can fulfill agency requirements. The requirement is for Joint Range Extension (JRE). The contractor shall deliver help desk support and sustainment services for the following JRE systems: JRE-3081, JRE-3171, JRE-3172, and JRE-13240. The applicable North American Industry Classification System Code for this requirement is 541512. This synopsis is issued in compliance with FAR Part 5.203. The 633rd Contracting Squadron, located at 14 Burrell St, building 67, Langley AFB, VA 23665, intends to award a sole source contract to acquire services in support of the Air Combat Command CSS/SCPI . This notice of intent does not constitute a request for competitive quotes; however, interested parties who believe they possess the capability to fulfill this requirement are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil for review no later than 4:00 PM Eastern Time on September 9, 2025. Late submissions will not be considered. Please ensure that your response includes clear and persuasive evidence that competitive procurement would be beneficial to the Air Force. The decision by the Government not to pursue competitive contracting based on responses to this notice rests solely with the Government. Information received will generally be evaluated solely for the purpose of determining whether to proceed with a competitive procurement. For any inquiries regarding this notice, please contact SSgt Tierra Brown at tierra.brown.1@us.af.mil Note: Late responses will not be considered.
Updated Master Solicitation for Commodity Procurements - International Programs
Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I) applicable for certain International and Service Contracting Division solicitations issued on or after September 11, 2025. The interested vendor list of this notice will not be used. For parties interested in selling commodities to USDA, vist our website at: www.ams.usda.gov/commodity-procurement.
Q402--Q402- Atlanta VAMC Community Nursing Home Services
This Presolicitation Notice is being amended to reflect the following changes: Changes to the Product Service Code from 62-Lighting Fixtures, Lamps to Q402- Nursing Home, Long-Term & Adult Day Care Services. The correct response date is September 11, 2026 The place of performance will be eligible Community Nursing Homes in the Atlanta, Georgia Catchment Area. This is an open continuous acquisition for a 12 month period, the solicitation will close on September 30, 2026 proposals will not be accepted after this date,
FD2030-25-02414
NSN: 2840-01-318-5578NZ NOUN: HOUSING, ANTIFRICTIO TOP DRAWING: 4075139 EDL REVISION & DATE: 8 / 04 MAR 2022 MDC CODE: W9C IM NAME: FALCONER, MICHAEL S.
FD2030-25-02404
NSN: 2915-01-659-5074NZ NOUN: MANIFOLD ASSY NO TOP DRAWING: 4089329 EDL REVISION & DATE: 3 / 18 JUL2024 MDC: WAB IM NAME: NGUYEN, NGUYEN N
Q999--621I R4 Solicitation Refresh: RFP-797-FSS-00-0115-R4
This solicitation is issued for Federal Supply Schedule FSC Group Q999, Federal Supply Schedule 621 I for Professional & Allied Healthcare Staffing Services. The type of contracts awarded is multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) with Economic Price Adjustment (EPA) provisions. Solicitation RFP-797-FSS-00-0115-R4 is a standing solicitation which is replacing the previous solicitation RFP-797-FSS-00-0115-R3. This solicitation is issued on an open and continuous basis and does not contain a closing date for receipt of offers. New offers may be submitted at any time. Contract performance will commence on the effective date of award and expire five years from date of award unless canceled, terminated, or extended pursuant to any option provision included in the contract. Point of contact: FSS Helpdesk, 708-786-7737 or HelpDesk.ammhinFSS@va.gov.
FD2020-21-01187
6615-01-450-2802WF PANEL,MANUAL TRIM
FD2030-26-00145
NSN: 2840-01-231-1048OK NOUN: FLAMEHOLDER, AFTERBU TOP DRAWING: 6005T64P40 EDL REVISION & DATE: 11 / 30 JUN 2025 MDC CODE: 2JG IM NAME: JACK, MICHAEL S.
Department of Veterans Affairs, VA Innovation Ecosystem (VHAIE); Broad Agency Announcement (BAA); Suicide Prevention
Concept Papers - Submissions will be accepted from July 15, 2024 – Septemb 30, 2026. In response to this BAA solicitation, Concept Papers must be submitted to: VHASuicidePreventionBAA@va.gov As an innovation engine within the Department of Veterans Affairs (VA), the vision of the VA Innovation Ecosystem (VHAIE) is a VA innovating at the forefront of science and research, service delivery, and employee empowerment. VHAIE leads this vision through development of organizational capability, delivery of operational breakthroughs, and by driving futures. VHAIE is committed to developing and employing agile mechanisms that allow VA to source incremental and transformational innovations to best serve Veterans and their families. This Broad Agency Announcement (BAA) opportunity seeks to source and fund early-stage research, development, prototyping, and piloting with an overall goal of moving forward the state of the art. VHAIE invites all potential offerors (including private sector companies, non-profits, and institutions of higher learning) to contribute ideas for innovations in SUICIDE prevention, care coordination, and treatment that significantly increase Veteran access to services, reduce or control costs of delivering those services, enhance the performance of VA operations, and improve the quality of service that Veterans and their families receive.
Department of Veterans Affairs, VA Innovation Ecosystem (VHAIE); Broad Agency Announcement (BAA); Suicide Prevention
Concept Papers - Submissions will be accepted from July 15, 2024 – Septemb 30, 2026. In response to this BAA solicitation, Concept Papers must be submitted to: VHASuicidePreventionBAA@va.gov As an innovation engine within the Department of Veterans Affairs (VA), the vision of the VA Innovation Ecosystem (VHAIE) is a VA innovating at the forefront of science and research, service delivery, and employee empowerment. VHAIE leads this vision through development of organizational capability, delivery of operational breakthroughs, and by driving futures. VHAIE is committed to developing and employing agile mechanisms that allow VA to source incremental and transformational innovations to best serve Veterans and their families. This Broad Agency Announcement (BAA) opportunity seeks to source and fund early-stage research, development, prototyping, and piloting with an overall goal of moving forward the state of the art. VHAIE invites all potential offerors (including private sector companies, non-profits, and institutions of higher learning) to contribute ideas for innovations in SUICIDE prevention, care coordination, and treatment that significantly increase Veteran access to services, reduce or control costs of delivering those services, enhance the performance of VA operations, and improve the quality of service that Veterans and their families receive.
Department of Veterans Affairs, VA Innovation Ecosystem (VHAIE); Broad Agency Announcement (BAA); Suicide Prevention
Concept Papers - Submissions will be accepted from July 15, 2024 – August 15, 2025. In response to this BAA solicitation, Concept Papers must be submitted to: VHASuicidePreventionBAA@va.gov As an innovation engine within the Department of Veterans Affairs (VA), the vision of the VA Innovation Ecosystem (VHAIE) is a VA innovating at the forefront of science and research, service delivery, and employee empowerment. VHAIE leads this vision through development of organizational capability, delivery of operational breakthroughs, and by driving futures. VHAIE is committed to developing and employing agile mechanisms that allow VA to source incremental and transformational innovations to best serve Veterans and their families. This Broad Agency Announcement (BAA) opportunity seeks to source and fund early-stage research, development, prototyping, and piloting with an overall goal of moving forward the state of the art. VHAIE invites all potential offerors (including private sector companies, non-profits, and institutions of higher learning) to contribute ideas for innovations in SUICIDE prevention, care coordination, and treatment that significantly increase Veteran access to services, reduce or control costs of delivering those services, enhance the performance of VA operations, and improve the quality of service that Veterans and their families receive.
E-4B National and Nuclear Communication Support (N2CS) Services
To obtain a copy of the draft RFP documents, the government requires the submission of an approved DD 2345. We will not be able to provide a copy of any of the attached documents until the form DD 2345 has been approved. For more information regarding obtaining an approved DD 2345 see the website below: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ FAR 5.207(a)(1)-(18): See RFP FA813425RB004. Description: The purpose of the N2CS ID/IQ is to procure sustainment and modernization services for mission communications systems aboard E-4B aircraft. This includes engineering, program management, field service representative support, specialized software sustainment and modernization, cybersecurity support, and facilities management support and expansion development of the System Integration Lab (SIL) necessary to perform the sustainment and modernization of the critical capabilities for the mission communication suite. The mission communication system's primary mission is to serve as the NAOC and is the key component of the National Military Command System (NMCS) for the President, the Secretary of Defense, and the Joint Chiefs of Staff. In case of a national emergency or destruction of ground command and control centers, the E-4B aircraft provides a highly survivable command and control communications center to direct United States Forces, execute emergency war orders, and coordinate action by civil authorities. Additionally, the E-4B provides outside the continental United States travel support for the Secretary of Defense and his staff to ensure Title 10 command and control connectivity; and it supports Federal Emergency Management Agency by providing communications and command center capability to relief efforts following natural disasters. The success of the E-4B mission is dependent on its ability to communicate effectively. The total estimated contract ceiling amount is $984M, with an ordering period of up to 10 years with the last order ending 18-months after the last option is exercised in accordance with FAR 52.217-8, if needed. This Class J&A covers all contract actions including options and task orders for all CLINs. The ID/IQ will have a $500,000 minimum order amount, which will be met with the first order issued in conjunction with the basic contract award. A ten (10) year ordering period broken up into options that are based on three-year increments mirroring the anticipated pricing arrangements until the last year is in the Government's best interest to provide uninterrupted service. Because the Basic ID/IQ will mirror the pricing structure increments, it will flow logically for future contract administration. Included within the contract are the following types of fund appropriations: Sustainment (3400): This includes Field Service Representatives, Program Management, Recurring/Non-recurring Engineering, Recurring/Non-recurring Software Engineering, Materials/Spares, Mission Support Facility (MSF) Ops & Maintenance, SIL Sustainment and Technology Refresh, Low-Cost Modifications, Other Sustainment, Transportation, Travel, and Data. Research and Development (3600): This includes Non-recurring Engineering, Non-recurring Software Engineering, Modifications, SIL Expansion and Modernization, Prototype Kit Development, Travel, and Data Modifications (3010): This includes Non-recurring Engineering, Non-recurring Software Engineering, Materials, Modifications, Travel, Data and Transportation Requirements identified within the basic Performance Work Statement (PWS) include Support Tasks for liaison engineering to address specific tasks requirements, cybersecurity initiatives, scheduling, and other related quality assurance system modernization, planning, and program management to assist in resolving issues including, but not limited to: engineering data/vendors, logistics, certifications, test support, maintenance, troubleshooting emergency maintenance off-site and on aircraft, planning, communication suite modifications tech refreshes and upgrades, system integration lab expansion, modernization, and sustainment, studies to upgrade current systems and address obsolescence issues, and for material and other direct costs necessary for the overall sustainment of the mission communication suite. This ID/IQ CLIN structure will include separately priced CLINS for intellectual property (IP) rights. All applicable data rights clauses will be contained within the base ID/IQ contract and each task order will identify the appropriate IP rights the contractor will grant and elver under the task order. FAR 5.207(c)(12)(i): Currently, the Justification & Approval (J&A) is was approved on 4 Jul 25 under the authority of FAR 6.302-1. FAR 5.207(c)(14)(i): One or more of the items under this acquisition is subject to Free Trade Agreements. FAR 5.207(c)(14)(ii): One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. FAR 5.207(c)(14)(iii): One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. FAR 5.207(c)(15): The government is intending to award to Joint Venture Strategic Mission Systems (7NF16). The Joint Venture partners include Enclave Management, Inc (Enclave) (CAGE 4SX36), Crescent Systems, Inc. (CSI) (CAGE 046M3), and Executive Airborne Solutions, Inc. (EAS) (CAGE 5LPN5). FAR 5.207(c)(16)(ii): All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. FAR 5.207(f): Contracting officers may publish notices of solicitation cancellations (or indefinite suspensions) of proposed contract actions in the GPE. FAR 52.232-18 Applies and the Government may cancel this notice at anytime without notice. Please contact Caroline Larkin (Caroline.Larkin@us.af.mil), Lisa Murrell (Lisa.Murrell@us.af.mil), and Amanda Jones (Amanda.Jones.39@us.af.mil).
FD2020-21-01200
NSN: 1620001275785 NOUN: CYLINDER AND PISTON P/N: 14-41607-3
Passes of the Mississippi River, South Pass, Maintenance Dredging ( Non-Continuous), Plaquemines Parish, LA ED-25-004
Amendment 0001 for W912P825B0047 Bid opening date Tuesday, 16 September 2025 at 11:00 CST has been changed. Revised amendment will be issued with new bid opening date. Solicitation Package for W912P825B0047 Bid opening date Tuesday, 16 September 2025 at 11:00 CST Questions are due no later than 3 September 2025 at 2:00PM. CST Drawings for W912P825B0047
Defense Innovation Unit (DIU) Commercial Solutions Opening (CSO)
The Defense Innovation Unit (DIU) is interested in awarding funding agreements (Agreements) to nontraditional and traditional defense contractors to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of military personnel and the supporting platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense (DoD), or to improvement of platforms, systems, components, or materials in use by the Armed Forces of the United States. As such, DIU hereby announces the release of their streamlined Commercial Solutions Opening (CSO). This CSO is seeking proposals for innovative, commercial technologies that accelerate attainment of asymmetric defense capabilities. In this context, innovative means any new technology, process, or business practice, or any new application of an existing technology, process, or business practice that contributes to the sustainment of global peace and U.S. national security. Agreements will be sought under an open (available for five (5) years), competitive (solution brief/demonstration followed by proposal) CSO. This CSO is considered a competitive process, intended to ensure that competitive procedures are used to the maximum extent practicable when entering into Agreements to carry out these prototype projects. Interested parties with current or new/developmental innovative technological solutions or enhancements are highly encouraged to visit the DIU website to obtain more information regarding the process of presenting their solutions to DIU and the potential for securing said Agreements under this CSO. Topic Areas of Interest (AoI) will be posted on the DIU website and may be updated at any time. Please note that the submission period for solution briefs under the identified AOI's will be open for a limited period of time, so check the DIU website for updates frequently. DIU's website is: https://www.diu.mil/work-with-us
FD2030-25-02520
NSN: 2840-00-390-1162NZ NOUN: SEAL, AIR, AIRCRAFT G. TOP DRAWING: 4035886 EDL REVISION & DATE: 10 / 18 NOV 2021 MDC CODE: W9A IM NAME: WILEMAN, SANDRA G.
R408--VISN 2 Bronx ESPC Project Facilitator Services
Pre-Solicitation Notice Other Than Full and Open Competition This is a pre-solicitation notice to inform that The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) will be soliciting for Project Facilitator (PF) Services under NAICS 541690 to support the VISN 2 Bronx VAMC Energy Savings Performance Contract (ESPC) via a direct sole source SDVOSB contracting authority under FAR 13.106-1(b)(1), Public Law (PL) 109-461, and 38 U.S.C 8127 Veterans First benefits program. This procurement is being conducted in accordance with the procedures in Federal Acquisition Regulations (FAR) Part 12 & Part 13 Simplified Acquisition Procedures (SAP). The Government contemplates the award of one (1) Firm Fixed Price (FFP) contract with one (1) base year and four (4) option years for a total of five (5) years. The project scope of work will have the PF be responsible for providing PF services to support Measurement and Verification (M&V) Report review as well as overall project tracking and reporting on meeting minutes for a base and four years for a total of five years to coincide with the ESPC M&V schedule. Project facilitator must be DOE approved. The Government anticipated period of performance for this requirement will begin on 25-Sep-25 and conclude on 24-Sep-30. An earlier start date is possible should the Contractor and the Government come to a mutual agreement prior to 19-Sep-25. A solicitation and request for quote will not be posted to FBO as this will be a direct award to one SDVOSB. A Request for Proposal will be issued directly to EMP2 Inc. The Government intends to evaluate the proposal using the best value approach, where price and technical will be considered factors. This pre-solicitation notice does not constitute a Request for Quote or Request for Proposal. This pre-solicitation notice is being provided IAW with FAR 5.204 Pre-solicitation notices.
R408--Acquisition Support Services
Pre-Solicitation Notice Other Than Full and Open Competition The Veterans Health Administration (VHA), Program Contracting Activity (PCAC) intends to negotiate on a sole-source basis with Veterans Management Services Inc., a Service-Disabled Veteran Owned Small Business (SDVOSB), for acquisition support services to support PCAC. This project will provide for various types of acquisition support services in support of VHA contracting requirements. The North American Industry Classification System (NAICS) code for this requirement is 541611 with a small business size Standard of $24.5 million. The authority for restricting competition on this requirement is 38 U.S.C. 8127(c), known as the Veterans First Contracting Program, which provides the authority to directly contract with an SDVOSB or a VOSB. The decision to make a sole-source award is a business decision wholly within the discretion of the Government. This notice of intent is not a request for quotes or proposals. No contract award will be made based on quotations or proposals received in response to this notice. No solicitation document exists, and no telephone or email inquiries will be accepted. Any responsible source who believes it can meet the requirement may submit a capability statement to Joseph Senkovich via email at Joseph.Senkovich2@va.gov no later than September 30, 2025, at 3:00pm (ET). A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. The Government anticipated period of performance for this requirement will begin on 29-Sep-25 and conclude on 28-Sep-26. An earlier start date is possible should the Contractor and the Government come to a mutual agreement prior to 29-Sep-25. This pre-solicitation notice does not constitute a Request for Quote or Request for Proposal. This pre-solicitation notice is being provided IAW with FAR 5.204 Pre-solicitation notices. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not oblige the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
R408--Acquisition Support Services
Pre-Solicitation Notice Other Than Full and Open Competition The Veterans Health Administration (VHA), Program Contracting Activity (PCAC) intends to negotiate on a sole-source basis with Veterans Management Services Inc., a Service-Disabled Veteran Owned Small Business (SDVOSB), for acquisition support services to support PCAC. This project will provide for various types of acquisition support services in support of VHA contracting requirements. The North American Industry Classification System (NAICS) code for this requirement is 541611 with a small business size Standard of $24.5 million. The authority for restricting competition on this requirement is 38 U.S.C. 8127(c), known as the Veterans First Contracting Program, which provides the authority to directly contract with an SDVOSB or a VOSB. The decision to make a sole-source award is a business decision wholly within the discretion of the Government. This notice of intent is not a request for quotes or proposals. No contract award will be made based on quotations or proposals received in response to this notice. No solicitation document exists, and no telephone or email inquiries will be accepted. Any responsible source who believes it can meet the requirement may submit a capability statement to Joseph Senkovich via email at Joseph.Senkovich2@va.gov no later than September 30, 2025, at 3:00pm (ET). A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. The Government anticipated period of performance for this requirement will begin on 29-Sep-25 and conclude on 28-Sep-26. An earlier start date is possible should the Contractor and the Government come to a mutual agreement prior to 29-Sep-25. This pre-solicitation notice does not constitute a Request for Quote or Request for Proposal. This pre-solicitation notice is being provided IAW with FAR 5.204 Pre-solicitation notices. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not oblige the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
FD2030-25-01550
NSN: 2935-00-857-3659OK NOUN: COOLER, LUBRICATING TOP DRAWING: 37D401061P107 EDL REVISION & DATE: 6 / 20 MAR 2025 MDC CODE: 2JN IM NAME: NGUYEN, NGUYEN N.
FD2030-26-00225
NSN: 4810-00-692-8254HS NOUN: SLEEVE AND SLIDE, DI TOP DRAWING: S6027 EDL REVISION & DATE: 2 / 19 NOV 2024 MDC CODE: EFJ IM NAME: GIVENS, LESLIE M.
P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
Please see attached presolicitation for P919 Bulk Fuel Tank Farm Improvements, Phase 1 Naval Station Rota, Spain.
Bradshaw Army Airfield Obstruction Survey
The purpose of this requirement is to provide Military Airfield Obstruction Survey at Bradshaw Army Airfield, Pohakuloa Training Area, Island of Hawaii. This supports USAG-HI Department of Public Works' (DPW) mission to support Army and FAA regulatory requirements and USAASA aviation review processes. Contractors shall review Attachments 0001 - 0005.
Bradshaw Army Airfield Obstruction Survey
The purpose of this requirement is to provide Military Airfield Obstruction Survey at Bradshaw Army Airfield, Pohakuloa Training Area, Island of Hawaii. This supports USAG-HI Department of Public Works' (DPW) mission to support Army and FAA regulatory requirements and USAASA aviation review processes. Contractors shall review Attachments 0001 - 0005.
NSN 5306-01-185-6237 BOLT,MACHINE
Sources are being sought for NSN 5306-01-185-6237. The approved sources are SPS Technologies, LLC (cage: 56878) and Avibank Mfg., Inc (cage 84256) . The Government does not own the drawings or Technical Data for this item. Provide us with any sources that are able to manufacture the item. Please also provide the location of the manufacturer as well as the point of contacts. All of this information can be submitted to David Williams at david.k.williams@dla.mil. Thank you
Platform One Solutions Marketplace (P1SM)/Commercial Solutions Opening (CSO)
Platform One, with support from its marketplace manager, The Applied Research Institute (ARI), is initiating a long-term, open call for solutions to support the DoD in quickly delivering high-quality, secure software with accelerated delivery times. The solutions will support or enable the delivery of resilient software capability at the speed of relevance, ensuring the DoD remains agile and responsive to emerging threats and opportunities. Specifically, Platform One seeks to obtain innovative solutions or potential capabilities that fulfill requirements, close capability gaps, or provide potential technological advancements. Innovative solutions encompass technologies, processes, or methods (including research and development) that are newly developed or applied in a novel way as of the submission date. This initiative, entitled the “Platform One Solutions Marketplace” (P1SM) will solicit, collect, assess, and curate hardware, software, or service solutions and make those solutions available through rapid acquisition pathways. This approach aims to foster innovation and expedite the integration of cutting-edge technologies into the DoD's operational framework, enhancing its ability to deliver software at the speed of relevance.
FD2030-25-01729
NSN: 1650-01-308-0839 NOUN: DRIVE UNIT, HYDRAULI TOP DRAWING: 16VM003001-5 EDL REVISION & DATE: 4 / 26 JAN 2023 MDC CODE: EHC IM NAME: HANSON-WHEELER, JERRI L.
1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
**** U.S. Forest Service intends to award a single source contract to Knife River, Inc. 14005 McKenzie Highway, Sisters OR 97759 in accordance with FAR 13.106-1(b)(1) for the purchase of 8,250 Tons of Commercial Grade (Reject) Aggregate. The primary reason for awarding this procurement to the selected vendor is the vendor’s demonstrated geographic coverage and capacity to supply aggregate materials from active pit locations operating within or adjacent to Clackamas, Linn, Benton, and Deschutes Counties in Central Oregon. All responsible sources may submit a quotation which shall be considered by the agency for the purpose of determining whether to hold a competition or proceed with a single source action. **** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. (iv) This procurement is full and open. The NAICS code is 212321 and the Small Business Size Standard is 500 employees. Project Description: Supply Commercial Grade Aggregate - (Reject), Furnish at Pit. Materials to be loaded into Forest Service dump trucks at supplier location(s) on an as needed basis. See Specification tables attached. (vii) Date(s) and Place(s) of Delivery and Acceptance/Location DATES: The Forest Service will be picking up aggregate starting 02/01/2026 with a period of performance of: 02/01/2026 to 11/30/2026 – As needed basis. LOCATION: Multiple active aggregate operations across Clackamas, Linn, Benton and Deschutes Counties. (viii) FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) (Provision) ****All responsible sources may submit a quotation which shall be considered by the agency for the purposes of determining whether to hold a competition or proceed with a single source action. **** Addenda to provision FAR 52.212-1: 1) Offerors must have an active entity registration in the System for Award Management to submit an offer. https://www.sam.gov/SAM/ 2) Offers submitted in response to this solicitation shall include a price quote and contractor representations and certifications. a) Price Quote – Include the following: 1) the completed Schedule of Items from Section B of this solicitation, and 2) acknowledgement of any amendments to this solicitation by following the instructions that accompany the amendment(s). b) Representations and Certifications - Fill in the check boxes for provisions FAR 52.204-26, FAR 52.204-24(if applicable), and FAR 52.212-3 found in Section x of this solicitation and include a copy with your offer. NOTICE: SAM updates may lag policy updates and may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including: FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation Paragraph (d) & (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 3) Submit quote by email to Karen Weaver so that it is delivered into this inbox by the due date and time. Emails should contain separate attachments (Quote, and Representations and Certifications) in Microsoft Word, Excel, or Adobe PDF format. Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer from Karen Weaver. 4) Address questions about this solicitation to Karen Weaver at karen.weaver@usda.gov. Addenda to Provision FAR 52.212-1 paragraph (f) Late submissions: Replace (f)(2)(i) with the following: Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. Delete FAR 52.212-1 (f)(2)(i) paragraphs A, B, & C. (ix) FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021) (Provision) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Geographical Coverage: Offeror must demonstrate the ability to supply aggregate materials from pit locations operating within or adjacent to Clackamas, Linn, Benton, and Deschutes Counties in Central Oregon. Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Representations and Certifications (complete highlighted items in this section and return with your offer) VENDOR NAME: _____________________________________________ VENDOR UEI: _____________________________________________ FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (Provision) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at FAR 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at FAR 52.204-26, or in paragraph (v)(2)(ii) of the provision at FAR 52.212-3. (a) Definitions. As used in this provision— Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) ( https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (d) Representation. The Offeror represents that— (1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that— It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment— (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services— (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment— (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services— (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. FAR 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) (Provision) [If Offeror Representations and Certifications are not complete in SAM the offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with your offer. The full provision is available from http://www.acquisition.gov/far/. If Offeror Representations and Certifications are complete in SAM, the offeror shall complete the following:] (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. Write “None” if there are no changes needed to your online reps and certs. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (xi) FAR 52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023) (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91). (3) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (7) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: [Contracting Officer check as appropriate.] ? (1) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655). ? (2) FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)). ? (3) FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ? (4) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) (41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community—see FAR 3.900(a). ? (5) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). ? (6) [Reserved]. ? (7) FAR 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ? (8) FAR 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ? (9) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). ? (10) FAR 52.204-28, Federal Acquisition Supply Chain Security Act Orders—Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (Dec 2023) (Pub. L. 115–390, title II) ? (11)(i) FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition (Dec 2023) (Pub. L. 115–390, title II) ? (ii) Alternate I (Dec 2023) of FAR 52.204-30. ? (12) FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (31 U.S.C. 6101 note). ? (13) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). ? (14) [Reserved]. ? (15) FAR 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) (15 U.S.C. 657a). ? (16) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ? (17) [Reserved] ? (18) (i) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). ? (ii) Alternate I (Mar 2020) of FAR 52.219-6. ? (19) (i) FAR 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). ? (ii) Alternate I (Mar 2020) of FAR 52.219-7. ? (20) FAR 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)). ? (21) (i) FAR 52.219-9, Small Business Subcontracting Plan (JAN 2025) (15 U.S.C. 637(d)(4)). ? (ii) Alternate I (Nov 2016) of FAR 52.219-9. ? (iii) Alternate II (Nov 2016) of FAR 52.219-9. ? (iv) Alternate III (Jun 2020) of FAR 52.219-9. ? (v) Alternate IV (JAN 2025) of FAR 52.219-9. ? (22) (i) FAR 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). ? (ii) Alternate I (MAR 2020) of FAR 52.219-13. ? (23) FAR 52.219-14, Limitations on Subcontracting (Oct 2022) (15 U.S.C. 637s). [Contracting Officer check as appropriate.] ? By the end of the base term of the contract and then by the end of each subsequent option period; or ? By the end of the performance period for each order issued under the contract. ? (24) FAR 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) (15 U.S.C. 637(d)(4)(F)(i)). ? (25) FAR 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024) (15 U.S.C. 657f). ? (26) (i) FAR 52.219-28, Postaward Small Business Program Rerepresentation (JAN 2025 (15 U.S.C. 632(a)(2)). ? (ii) Alternate I (MAR 2020) of FAR 52.219-28. ? (27) FAR 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) (15 U.S.C. 637(m)). ? (28) FAR 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) (15 U.S.C. 637(m). ? (29) FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)). ? (30) FAR 52.219-33, Nonmanufacturer Rule (Sep 2021) (15 U.S.C. 637(a)(17)). ? (31) FAR 52.222-3, Convict Labor (Jun 2003) (E.O.11755). ? (32) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126).[ ? (33) [Reserved] ? (34) [Reserved] ? (35) (i) FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). ? (ii) Alternate I (JUL 2014) of FAR 52.222-35. ? (36) (i) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). ? (ii) Alternate I (Jul 2014) of FAR 52.222-36. ? (37) FAR 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). ? (38) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ? (39) (i) FAR 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). ? (ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627). ? (40) FAR 52.222-54, Employment Eligibility Verification (JAN 2025) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) ? (41) (i) FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ? (ii) Alternate I (May 2008) of FAR 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ? (42) FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (May 2024) (42 U.S.C. 7671, et seq.). ? (43) FAR 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (May 2024) (42 U.S.C. 7671, et seq.). ? (44) FAR 52.223-20, Aerosols (May 2024) (42 U.S.C. 7671, et seq.). ? (45) FAR 52.223-21, Foams (May 2024) (42 U.S.C. 7671, et seq.). ? (46) FAR 52.223-23, Sustainable Products and Services (May 2024) (DEVIATION FEB 2025) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l). ? (47) (i) FAR 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). ? (ii) Alternate I (Jan 2017) of FAR 52.224-3. ? (48) (i) FAR 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83). ? (ii) Alternate I (Oct 2022) of 52.225-1 ? (49) (i) FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ?(ii) Alternate I [Reserved] ?(iii) Alternate II (JAN 2025) of FAR 52.225-3. ?(iv) Alternate III (FEB 2024) of FAR 52.225-3. ?(v) Alternate IV (OCT 2022) of FAR 52.225-3. ? (50) FAR 52.225-5, Trade Agreements (NOV 2023) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ? (51) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ? (52) FAR 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). ? (53) FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ? (54) FAR 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ? (55) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513). ? (56) FAR 52.229-12, Tax on Certain Foreign Procurements (Feb 2021). ? (57) FAR 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). ? (58) FAR 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). ? (59) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332). ? (60) FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). ? (61) FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ? (62) FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ? (63) FAR 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). ? (64) FAR 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)). ? (65) (i) FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). ? (ii) Alternate I (Apr 2003) of FAR 52.247-64. ? (iii) Alternate II (Nov 2021) of FAR 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: [Contracting Officer check as appropriate.] ? (1) FAR 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67). ? (2) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ? (3) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ? (4) FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29U.S.C.206 and 41 U.S.C. chapter 67). ? (5) FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). ? (6) FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). ? (7) FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). ? (8) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). ? (9) FAR 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at FAR 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509). (ii) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) (41 U.S.C. 4712). (iii) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations...
FD2020-22-00012
NSN: 1560-01-116-1902FJ NOUN: DOOR, AIRCRAFT PART #: 160J414500-3
FD2020-22-00012
NSN: 1560-01-116-1902FJ NOUN: DOOR, AIRCRAFT PART #: 160J414500-3
FD2020-22-00009
NSNS: 1560012672365FJ 1560012675423FJ P/N: 160D41200-18 AND -17 NOUN: AIRCRAFT FAIRING
FD2030-26-00211
NSN: 1680-01-143-5429RK NOUN: TORQUE TUBE ASSEMBL TOP DRAWING: NF53602-01B EDL REVISION & DATE: 5 / 23 SEP 2025 MDC CODE: ELC IM NAME: CAFFEY, BRITTANY R.
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