Federal Contract Opportunities
Showing 551-600 of 2,702 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Q402--RFP- OPEN AND CONTINUOUS CNH
Multi- Solicitation for North Little Rock, AR Community Nursing Homes
Q402--RFP- CONTINUOUS CNH
Multi- Solicitation for North Little Rock, AR Community Nursing Homes
Federal Bureau of Investigation (FBI) - Office of Chief Information Officer (OCIO) Innovation Ventures Office (IVO) Broad Agency Announcement (BAA)
In accordance with FAR 35.016, The Federal Bureau of Investigation (FBI) hereby announces the posting extension of Broad Agency Announcement (BAA) for Enterprise Problem Sets. All future information about this acquisition, including amendments, will be posted to this website and Biz.FBI.gov. The attached BAA outlines all instructions for submitting responses for consideration. The Q&A period will remain open for the duration of this BAA. The expiration date of this BAA is extended from 5/16/2025 to 5/16/2026. The Government reserves the right to extend the period of this BAA, revise problem sets included at any time, or close the BAA prior to initial period expiration. The issuance of this BAA does not obligate the Government to fund any subsequently received responses, nor pay any submission preparation costs. Responses from all responsible sources capable of satisfying the Government's needs may be submitted and shall be considered. All correspondence shall occur through the Government identified email in the BAA document. Thank you in advance for your interest.
The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Seeks Industry Partners for Clinical Research Collaborations on Therapeutics, Diagnostics or Devices for the Liver Cirrhosis Network
The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Seeks Industry Partners for Clinical Research Collaborations on Therapeutics, Diagnostics or Devices for the Liver Cirrhosis Network The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) of the National Institutes of Health (NIH) of the Department of Health and Human Services (DHHS) has released Requests for Applications RFA-DK-20-003 and RFA-DK-20-004 for the establishment of the Liver Cirrhosis Network; and seeks industry collaborators to provide novel or repurposed therapeutic agents, diagnostic markers, biomarkers, devices, or services for use in NIH-sponsored multi-center clinical trials and ancillary studies in adult patients with advanced liver disease and cirrhosis; and the hepatic and extrahepatic related complications emanating from cirrhosis. BACKGROUND: The NIDDK is proposing the establishment of the Liver Cirrhosis Network through Funding Opportunity Announcements RFA-DK-20-003 seeking Clinical Centers; and in conjunction with RFA-DK-20-004 seeking a single Scientific Data Coordination Center, in order to promote clinical and translational research on cirrhosis of the liver and related complications in adults. Cirrhosis represents not a single disease but is rather the consequence and major serious outcome of many chronic liver diseases, caused by a wide range of conditions. The etiologies of cirrhosis in the United States include infectious causes such as chronic hepatitis B, C and D; genetic causes such as Wilson disease, hemochromatosis and alpha-1-antitrypsin deficiency; metabolic causes such as nonalcoholic steatohepatitis; autoimmunity such as autoimmune hepatitis, primary biliary cholangitis and sclerosing cholangitis; and toxic causes such as alcohol-associated liver disease and chronic liver injury from medications such as methotrexate and amiodarone. Cirrhosis from these diseases is almost always the result of chronic injury with persistent inflammation and cell damage that results in faulty healing and fibrosis. As fibrosis accumulates it causes distortion of the architecture of liver, portal hypertension and compromise of liver function. Clinical complications of cirrhosis include symptoms of fatigue, weakness, weight loss, itching and jaundice; gastrointestinal bleeding from varices or portal hypertensive gastropathy, coagulopathy, ascites and disturbance of fluid and electrolyte balance, renal dysfunction and hepatic encephalopathy. The most dreaded complication of cirrhosis is hepatocellular carcinoma, a highly fatal cancer that arises in 1 to 3% of persons with cirrhosis yearly. Once cirrhosis is present, treatment of the underlying liver disease can lessen further progression and deterioration, but does not eliminate all risk of complications, particularly hepatocellular carcinoma. Mortality due to liver disease remains a significant public health burden in the United States, currently ranked 11th overall and ranking 6th in persons below the age of 65 years. Cirrhosis appears to be rising in some populations such as persons living with HIV infection, nonalcoholic fatty liver disease and cystic fibrosis. Hepatocellular carcinoma incidence is also rising in the United States and is a surrogate for the prevalence of cirrhosis. Treatment of underlying causes of chronic liver disease such as antivirals for chronic hepatitis B and C; therapeutic phlebotomy for genetic hemochromatosis; ursodiol for primary biliary cirrhosis; weight loss for nonalcoholic steatohepatitis (NASH), and cessation of alcohol consumption for alcohol-associated liver disease, all underpin the overarching clinical approach to prevent the development of cirrhosis by early abrogation of ongoing injury to the still noncirrhotic liver. Neutralization of the liver disease etiology may allow the injured liver to invoke endogenous mechanisms to reverse the consequences of chronic inflammation and the accumulation of mild or even modest amounts of liver fibrosis. However, once advanced fibrosis or cirrhosis has been established, neutralization of the causes of liver disease generally will not reverse fibrosis or cirrhosis completely. While the residual risk of complications may be decrease, this may be off-set by the improvement in survival, so that patients with cirrhosis and advanced fibrosis will live and be at risk for the complications longer. Liver transplantation is currently the only medically viable avenue for patients with end-stage liver disease that will extend their longevity. On an annual basis, despite treatment success rates for chronic hepatitis C and other liver diseases, the national wait list for liver transplantation in the United States remains essentially unchanged at approximately 13,000 patients. Only 8000 liver transplantations are performed annually. However, far, far more patients with end-stage liver disease are not even placed on liver transplantation lists for a variety of co-morbid or psychosocial issues. Given the discrepancy between the need and the availability of liver organs for patients on liver transplant waiting lists and the even more numerous patients who are unable to be considered for listing for liver transplantation, there is a significant need to improve our understanding of clinical and translational scientific aspects of liver fibrosis and cirrhosis. In addition, there is a need for furthering fundamental understanding of both the underlying pro- and anti-fibrotic mechanisms as well as risk factors and mechanisms that accentuate pro- and anti-fibrotic processes. STUDY GOALS: The overall goal of The Liver Cirrhosis Network is to promote clinical and translational research that will advance the understanding of liver fibrosis and cirrhosis pathophysiology; improve clinical management of liver cirrhosis and complications of advanced fibrosis; and to conduct clinical trials to alter cirrhosis liver disease trajectory and the related complications. While specific details of the protocols for the Liver Cirrhosis Network are yet to be defined and will be made by consensus by the future Steering Committee of the Network, it is expected that sufficient numbers of subjects will be enrolled with either stable, Child Class A, cirrhosis or evidence of advanced fibrosis (such as bridging fibrosis on liver biopsy or evidence of advanced disease as assessed by validated non-invasive markers) to operationalize the eventual Network studies. An attempt will be considered to enroll subjects with all forms of cirrhosis (viral, autoimmune, genetic, toxic, alcohol-associated and “cryptogenic”) and with a diverse range of demographics as typifies chronic liver disease in the United States. The Liver Cirrhosis Network is interested in conducting research that will lead to improved clinical outcomes in adults with cirrhosis and advanced liver disease with industry collaborators to: • Evaluate the natural history, pathogenesis, diagnosis, genetic factors, genomics, proteomics, metabolomics, lipidomics, epigenomics, imaging studies, and determinants of progression and severity of advanced liver disease and cirrhosis-related complications • Explore use of serum markers for fibrosis and serum markers for disease activity to predict hepatic histology or function either by themselves or in combination with other clinical, laboratory, genomic, proteomic, metabolomic, and lipidomic variables • Explore the utility of these serum markers as surrogate markers of therapeutic response in study subjects participating in treatment trials • Investigate proprietary or repurposed drugs (such as statins, anti-fibrogenic agents, autophagy inducers, chemo-preventive agents, nonsteroidal anti-inflammatory agents, etc.), reagents, or devices in controlled randomized clinical trials as potential diagnostics or therapies for advanced liver disease, cirrhosis and cirrhosis related complications • Evaluate noninvasive imaging methods for assessing fibrosis, portal vein hypertension, hepatic function, screening for or diagnosis of liver cancer, and parenchymal pathology in cirrhosis liver disease including but not limited to the use of elastography, nuclear magnetic resonance imaging, and molecular imaging. • Evaluate the use of cytokine assays for analyses of serum/plasma cytokine levels as markers of disease activity and as surrogate markers of histologic or clinical improvement in therapeutic trials CAPABILITY STATEMENT: Commercial organizations interested in pursuing clinical collaborations with NIDDK for cirrhosis liver disease are required to submit a Capability Statement to the NIDDK. The Capability Statements submitted in response to this announcement will be used to evaluate and select industry collaborators. The Capability Statement should not exceed 10 (ten) pages of narrative (not including appendices) and should include the following information: 1. A description of the therapeutic, diagnostic or device proposed to be used in the clinical research study. (Note: The proposed therapeutic or device must have been tested already in a Phase I trial in humans.) 2. The specific details of the methods to be utilized in the investigation of the pharmacologic, surgical or device intervention in patients with cirrhosis liver disease, and a clear description of the important issues surrounding the evaluation of disease progression in these patients. 3. A detailed plan demonstrating the ability to provide sufficient quantities of the therapeutic, diagnostic or device either in total prior to study initiation (preferred if possible) or in a timely manner for the duration of the study. 4. A description of all laboratory tests that are needed and proficiency in conducting these laboratory tests, including assays and required amount of specimens, to determine specific biomarker(s) levels and list potential biomarkers, along with appropriate methods for performing such tests. 5. A description of other core facilities and interactions with core facilities that are needed for the study. 6. Dosing, pharmacodynamic, and pharmacokinetic data from human studies for any novel therapeutics. 7. Adverse event profile for the proposed therapeutic or device. 8. A description of the practices and procedures that would be used to assure patient privacy and maintain confidentiality of data obtained from the study. 9. (Optional) Outcome measures of interest to the organization. The specifics of the proposed outcome measures should include but not be limited to treatment and evaluation of cirrhosis liver disease or cirrhosis related complications. 10. Any other resources the organization proposes to commit to the collaboration (in addition to the proposed therapeutic, diagnostic or device), which may include any of the following: equipment, reagents, supplies, access to facilities, personnel or services, and, if appropriate, funding (pursuant to a Cooperative Research and Development Agreement (CRADA) authorized under 15 U.S.C. § 3710a), to help support the conduct of the clinical study. 11. Affirmative statements that the organization: a. agrees to provide a Letter of Cross Reference to the Drug, Biologic or Device Master File for the proposed therapeutic or device, which will be included with any US FDA filing by the IND or IDE Sponsor of the Liver Cirrhosis Network study; b. agrees to have the proposed therapeutic, diagnostic or device used in the Liver Cirrhosis Network-developed protocols which will be conducted by the Liver Cirrhosis Network research network for which the study data collection and analysis will be performed by the Liver Cirrhosis Network Scientific and Data Coordinating Center; c. agrees to assure patient privacy and will maintain confidentiality of data obtained from the study; d. agrees to share all safety data from other studies involving the proposed therapeutic or device as well as relevant efficacy data from other studies (updated Investigator Brochure, etc) with the Liver Cirrhosis Network; e. understands that because the Liver Cirrhosis Network is supported by NIDDK funding, the study results will be published and therefore agrees to the prompt publication of research results from the clinical study using the organization's proposed therapeutic, diagnostic or device; f. has intellectual property rights to provide laboratory test/biomarker(s), therapeutic or device to NIDDK for testing and has no current agreements or arrangements that could impede this right; and f. understands that the clinical study will be conducted under an agreement with NIDDK which must adhere to PHS intellectual property policies (see: http://www.ott.nih.gov/policy/phspat_policy.aspx). SUBMISSION: Capability Statements received by NIDDK will be considered. Prospective collaborators may be invited to attend, at their own expense, a Liver Cirrhosis Network Steering Committee meeting to be held in the Baltimore-Washington, DC area to discuss the information in their Capability Statement with the Steering Committee members. NOTE:NO FUNDS WILL BE PROVIDED BY NIDDK TO ANY ORGANIZATION SELECTED FOR THIS CLINICAL RESEARCH COLLABORATION OPPORTUNITY. SUBMISION AND INQUIRIES: Submit Capability Statements to: NOO Coordinator, National Institute of Diabetes and Digestive and Kidney Diseases e-mail: niddkottdip@niddk.nih.gov For Scientific Inquiries contact: Edward Doo, MD, Director, Liver Diseases Research Program Division of Digestive Diseases and Nutrition, NIDDK 6707 Democracy Blvd., Room 6149 Bethesda, MD 20892-5450 Telephone: (301) 451-4524 FAX: (301) 480-8300 e-mail: dooe@niddk.nih.gov For Inquiries Regarding Partnering with NIDDK (Intellectual Property Matters and Collaboration Agreements) contact: Agnes Rooke, JD Technology Advancement Office NIDDK, NIH, HHS Telephone: 301-451-6072 e-mail: Agnes.Rooke@nih.gov This Notice of Opportunity is also posted at: http://techdev.niddk.nih.gov/collabs.shtml.
Rapid Screening Device
THIS IS A NOTICE OF INTENT TO SOLE SOURCE, NOT A REQUEST FOR A QUOTE (RFQ). A RFQ WILL NOT BE ISSUED AND QUOTES WILL NOT BE REQUESTED. Naval Surface Warfare Center Indian Head Division (NSWC, IHD), intends to award a firm fixed price contract on a noncompetitive basis to: Thermal Hazard Technology Inc 9 Trenton Lakewood Rd Clarksburg, NJ 08510 This action is be undertaken in accordance with FAR 13.106 (b) Soliciting from a single source, on the basis that the vendor is the only known source capable of meeting the government’s requirements. Thermal Hazards Technology (THT) is the only company that makes a rapid screening device (RSD) for explosives assessment. The RSD is a novel instrument that simultaneously measures pressure and energy release as well as collects the product gases from heated explosives. The allowed sample size is larger than in other instruments that measure energy release, alleviating issues with sample homogeneity. The North American Industry Classification System (NAICS) for this requirement is 334516. The FSC code is 6630 . The resulting contract will be a firm fixed price contract. Negotiation being conducted using other than full and open competition procedures pursuant to authority of 10 U.S.C. 2304 (C) (1). This Notice of Intent is NOT a request for quotes. Interested parties may identify their interests and capability to respond to this requirement by May 17 at 3PM (EST). Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. 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. Responses to this electronic notice must be made by 3:00 p.m. EST on May 17, 2025. Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM. Oral communications are not acceptable in response to this notice. Interested parties shall e-mail all statements and capabilities to Sharon Cooper, via email: Sharon.g.cooper2.civ@us.navy.mil and must provide clear and concise documentation indicating a vendor's bona fide capability.
FD2020-21-00696
6685011508985WF TRANSMITTER, PRESSURE 3 IMAGES
FD2020-21-00812
6110015923015WF POWER PANEL 159 IMAGES
FD2020-21-00811
6110011997549WF POWER PANEL 260 IMAGES
FD2020-21-00810
6110015923017WF POWER PANEL 262 IMAGES
FD2020-21-00785
5998016514973FD CIRCUIT CARD 20 IMAGES
FD2020-21-00821
6110015112131WF POWER PANEL 523 IMAGES
FD2020-21-00805
NSN: 1560011251440FJ NOUN: DOOR,AIRCRAFT P/N: 160D215002-29
Engineering Support Services - Commercial Derivative Aircraft
This solicitation announces the United States Government's request a proposal for a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services. 10/30/2025: RFP Issued 10/30/2025: Amendment 0001 Issued 11/05/2025: Amendment 0002 Issued
Engineering Support Services - Commercial Derivative Aircraft
This solicitation announces the United States Government's request a proposal for a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services. 10/30/2025: RFP Issued 10/30/2025: Amendment 0001 Issued 11/05/2025: Amendment 0002 Issued
Engineering Support Services - Commercial Derivative Aircraft
This solicitation announces the United States Government's request a proposal for a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services. 10/30/2025: RFP Issued 10/30/2025: Amendment 0001 Issued
Engineering Support Services - Commercial Derivative Aircraft
This solicitation announces the United States Government's request a proposal for a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services.
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and christine.george@dla.mil. With subject “REC BOA SP0604-22-R-0417”
OUTLET,PIPE
CONTACT INFORMATION|4|N743.49|WVP|771-229-0573|benjamin.t.spangler.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL BENJAMIN.T.SPANGLER.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government's SAM.gov website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=STD-A2257 |96169| A|ER |D| | | | DRAWING DATA=2621-053-01 |96169|AD| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-C-15726 | | |F |911008|A|1 | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Boss must be in accordance with Electric Boat Corporation Drawing 2621-053-01 PIECE 11A, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Boss; Material - ;MIL-C-15726, Alloy C71500; 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.5 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.5.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.5.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.5.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.6 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.7 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.7.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. 3.8 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.9 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.10 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.10.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.10.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.10.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.10.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.10.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.11 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.11.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.11.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.12 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.12.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.12.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.12.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.12.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.12.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.13 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.13.1 Visual examination upon receipt to detect damage during transit. 3.13.2 Inspection for completeness and proper type. 3.13.3 Verification of material quality received. 3.13.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.13.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.13.6 Identification and protection from improper use or disposition. 3.13.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.13.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.13.9 Material returned to the contractor must be handled as GFM. 3.14 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.14.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.15 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.15.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.15.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.15.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;;;; 3.16 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.16.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.16.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.16.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.16.4 ELECTRONIC SIGNATURES. 3.16.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.16.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.16.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.16.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the document or record has been revised. 3.16.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.16.10 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.16.11 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.16.12 Revisions of OQE must be provided by the originating organization and must include a description of the data modified along with the proper signature requirements herein. 3.16.13 In cases of foreign certification, conversion of foreign language unitsof measure and properties measured into U.S. units of measure must be annotated on the furnished foreign certifications, if space permits, or placed on an addendum in the same format as the foreign certification data. Such conversion must be identified as to origin with name, title, and signature of the authorized representative of the company making the conversion. 3.16.14 The certification data requirements contained in this appendix must beinvoked on the prime contractor who must delegate these requirements to all sub-tier contractors supplying Level I material. 3.17 Material Handling - The written material control process must include the following: 3.17.1 All raw materials must have traceability markings (except as specified below). 3.17.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.17.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats/lots or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.17.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors. 3.17.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.17.6 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.18 Receiving inspection - 3.18.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.18.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.19 Discrepancy reporting - 3.19.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records must be maintained and available for review by the government Quality Assurance Representative (QAR). 3.20 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.20.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.20.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.20.3 All data concerning material verification (chemical, mechanical or physical properties), traceability (material certifications to material marking), and nondestructiv...
The Real Fort McCoy Newspaper (A-1)
SCOPE: These specifications cover the production of a newspaper requiring such operations as electronic prepress, printing, finishing, packing, and distribution. QUANTITY: 2,500 to 5,000 copies per order with an average of 2,800 copies, with a potential one-time per year print of up to 15,000 copies. NUMBER OF PAGES: 12 to 24. TRIM SIZE: 17 x 21”.
The Real Fort McCoy Newspaper (A-1)
SCOPE: These specifications cover the production of a newspaper requiring such operations as electronic prepress, printing, finishing, packing, and distribution. QUANTITY: 2,500 to 5,000 copies per order with an average of 2,800 copies, with a potential one-time per year print of up to 15,000 copies. NUMBER OF PAGES: 12 to 24. TRIM SIZE: 17 x 21”.
The Real Fort McCoy Newspaper
SCOPE: These specifications cover the production of a newspaper requiring such operations as electronic prepress, printing, finishing, packing, and distribution. QUANTITY: 2,500 to 5,000 copies per order with an average of 2,800 copies, with a potential one-time per year print of up to 15,000 copies. NUMBER OF PAGES: 12 to 24. TRIM SIZE: 17 x 21”.
Silicon Valley Innovation Program 5-Year Other Transaction Solicitation
The mission of the U.S. Department of Homeland Security (DHS) includes rapid identification and development of new technologies to counter emerging threats. Traditional procurement contracts are used to purchase supplies and services for the direct benefit and use of DHS, while assistance is provided through grants and cooperative agreements. Recognizing that those traditional instruments do not cover all the DHS needs, Congress provided DHS with authority to enter into “Other Transactions” in the same manner as the Department of Defense. DHS has developed a framework to utilize the flexibility of the Other Transaction Authority (OTA). This “Innovation Other Transaction Solicitation” (OTS) is a vehicle to engage with organizations that do not usually work with the Government in order to carry out prototype projects and possibly transition successful projects to production. This engagement is intended to assist new companies, so they have more opportunities to work with DHS through targeted non-dilutive funding and provide opportunities for operational testing and market access. Through the DHS Science and Technology Directorate’s (S&T’s) Silicon Valley Innovation Program (SVIP), DHS intends to incentivize product developers to open the aperture of their development roadmaps to include homeland security solutions. Please see additional information regarding this opportunity in the attached document. The Government is not requesting applications at this time. Submission requirements, content, and formatting for applications and other required documentation shall be in accordance with each Technical Call. Applicants should periodically check the SAM.gov website for any amendments to this solicitation and the associated Calls.
Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).
The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), Short-Wave Infrared (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort. This Request for Enhanced White Papers is an open announcement with no due date. The Government will review and evaluate white papers as they are received.
Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).
The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), Short-Wave Infrared (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort. This Request for Enhanced White Papers is an open announcement with no due date. The Government will review and evaluate white papers as they are received.
Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).
The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), Short-Wave Infrared (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort. This Request for Enhanced White Papers is an open announcement with no due date. The Government will review and evaluate white papers as they are received.
Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).
The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), Short-Wave Infrared (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort. This Request for Enhanced White Papers is an open announcement with no due date. The Government will review and evaluate white papers as they are received.
Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).
The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), System for Award Management (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. ***See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort.***
FD2020-21-00803
NSNS: 1560010596480FJ: 1560010631116FJ NOUN:RIB,STIFFENER,AIRCR P/N:160D61131-3 AND 160D611631-4
FD2030-25-01694
NSN: 2840-01-190-9256PR NOUN: CASE, COMPRESSOR, AIR TOP DRAWING: 1285M49G02 EDL REVISION & DATE: 13 / 07 APR 2025 MDC CODE: AAL IM NAME: FALCONER, MICHAEL S.
Multi-Spectral Sensing Technologies Research and Development (MUSTER)
The Air Force Research Laboratory (AFRL) Multispectral Sensing and Detection Division (RYM) in the Sensors Directorate conducts basic and applied research, advanced technology development, as well as test and evaluation to meet U.S. Air Force (USAF) aerospace electro-optical (EO) and radio frequency (RF) sensor needs for air, space and C2 sensor systems. AFRL/RYM conducts programs in modeling, simulation, research, design, test and evaluation of RF and EO subsystems and sensors for use in offensive, defensive and integrated offensive/defensive systems. AFRL/RYM ensures unequaled persistent intelligence, surveillance and reconnaissance; time sensitive targeting; and battlespace access capabilities for America’s air and space forces by developing, demonstrating and transitioning advanced RF and EO sensors. AFRL/RYM is soliciting innovative research proposals in the following Thirteen (13) research areas. Amendment 2 - Updates the Technical and Contracting Points of Contact
Multi-Spectral Sensing Technologies Research and Development (MUSTER)
The Air Force Research Laboratory (AFRL) Multispectral Sensing and Detection Division (RYM) in the Sensors Directorate conducts basic and applied research, advanced technology development, as well as test and evaluation to meet U.S. Air Force (USAF) aerospace electro-optical (EO) and radio frequency (RF) sensor needs for air, space and C2 sensor systems. AFRL/RYM conducts programs in modeling, simulation, research, design, test and evaluation of RF and EO subsystems and sensors for use in offensive, defensive and integrated offensive/defensive systems. AFRL/RYM ensures unequaled persistent intelligence, surveillance and reconnaissance; time sensitive targeting; and battlespace access capabilities for America’s air and space forces by developing, demonstrating and transitioning advanced RF and EO sensors. AFRL/RYM is soliciting innovative research proposals in the following Thirteen (13) research areas.
Multi-Spectral Sensing Technologies Research and Development (MUSTER)
The Air Force Research Laboratory (AFRL) Multispectral Sensing and Detection Division (RYM) in the Sensors Directorate conducts basic and applied research, advanced technology development, as well as test and evaluation to meet U.S. Air Force (USAF) aerospace electro-optical (EO) and radio frequency (RF) sensor needs for air, space and C2 sensor systems. AFRL/RYM conducts programs in modeling, simulation, research, design, test and evaluation of RF and EO subsystems and sensors for use in offensive, defensive and integrated offensive/defensive systems. AFRL/RYM ensures unequaled persistent intelligence, surveillance and reconnaissance; time sensitive targeting; and battlespace access capabilities for America’s air and space forces by developing, demonstrating and transitioning advanced RF and EO sensors. AFRL/RYM is soliciting innovative research proposals in the following Thirteen (13) research areas.
Multi-Spectral Sensing Technologies Research and Development (MUSTER)
The Air Force Research Laboratory (AFRL) Multispectral Sensing and Detection Division (RYM) in the Sensors Directorate conducts basic and applied research, advanced technology development, as well as test and evaluation to meet U.S. Air Force (USAF) aerospace electro-optical (EO) and radio frequency (RF) sensor needs for air, space and C2 sensor systems. AFRL/RYM conducts programs in modeling, simulation, research, design, test and evaluation of RF and EO subsystems and sensors for use in offensive, defensive and integrated offensive/defensive systems. AFRL/RYM ensures unequaled persistent intelligence, surveillance and reconnaissance; time sensitive targeting; and battlespace access capabilities for America’s air and space forces by developing, demonstrating and transitioning advanced RF and EO sensors. AFRL/RYM is soliciting innovative research proposals in the following Thirteen (13) research areas.
Multi-Spectral Sensing Technologies Research and Development (MUSTER)
The Air Force Research Laboratory (AFRL) Multispectral Sensing and Detection Division (RYM) in the Sensors Directorate conducts basic and applied research, advanced technology development, as well as test and evaluation to meet U.S. Air Force (USAF) aerospace electro-optical (EO) and radio frequency (RF) sensor needs for air, space and C2 sensor systems. AFRL/RYM conducts programs in modeling, simulation, research, design, test and evaluation of RF and EO subsystems and sensors for use in offensive, defensive and integrated offensive/defensive systems. AFRL/RYM ensures unequaled persistent intelligence, surveillance and reconnaissance; time sensitive targeting; and battlespace access capabilities for America’s air and space forces by developing, demonstrating and transitioning advanced RF and EO sensors. AFRL/RYM is soliciting innovative research proposals in the following Thirteen (13) research areas. Amendment 2 - Updates the Technical and Contracting Points of Contact Amendment 3 - Updates the Technical and Contracting Points of Contact
Silicon Valley Innovation Program 5-Year Other Transaction Solicitation
The mission of the U.S. Department of Homeland Security (DHS) includes rapid identification and development of new technologies to counter emerging threats. Traditional procurement contracts are used to purchase supplies and services for the direct benefit and use of DHS, while assistance is provided through grants and cooperative agreements. Recognizing that those traditional instruments do not cover all the DHS needs, Congress provided DHS with authority to enter into “Other Transactions” in the same manner as the Department of Defense. DHS has developed a framework to utilize the flexibility of the Other Transaction Authority (OTA). This “Innovation Other Transaction Solicitation” (OTS) is a vehicle to engage with organizations that do not usually work with the Government in order to carry out prototype projects and possibly transition successful projects to production. This engagement is intended to assist new companies, so they have more opportunities to work with DHS through targeted non-dilutive funding and provide opportunities for operational testing and market access. Through the DHS Science and Technology Directorate’s (S&T’s) Silicon Valley Innovation Program (SVIP), DHS intends to incentivize product developers to open the aperture of their development roadmaps to include homeland security solutions. Please see additional information regarding this opportunity in the attached document. The Government is not requesting applications at this time. Submission requirements, content, and formatting for applications and other required documentation shall be in accordance with each Technical Call. Applicants should periodically check the SAM.gov website for any amendments to this solicitation and the associated Calls. 8/7/2024 Update - Provision of Revision 1 to OTS 70RSAT21R00000006.
USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
The United States Space Force (USSF) Commercial Satellite Communications (COMSATCOM) Office, or CSCO, presents the following information to industry for preparation of potential Requests for Proposals (RFP). All information outlined within is subject to change and based on known requirements for the subsequent 12 months. This document is current as of March 2025. *Additional information provided in Attachment.
FD2030-25-01734
NSN: 3040-01-527-7733PR NOUN: SUPPORT, BELL CRANK TOP DRAWING: 9525M30G06 EDL REVISION & DATE: 9 / 08 MAY 2025 MDC CODE: AAM IM NAME: FALCONER, MICHAEL S.
FD2020-21-00842
5977014355153ZR RING, ELECTRICAL 76 IMAGES
FD2020-21-00802
5998014627284WF CIRCUIT CARD 5 IMAGES
Combined Synopsis/Solicitation for Rental Vehicles in Guam
This is a new requirement to supply rental vehicles for use in and around Andersen AFB (AAFB) and Antonio B. Won Pat International Airport, Guam in support of the Mobility Guardian 2025 (MG25). HQAMC/A37 requires specific types of vehicles to assist US forces in the transportation of personnel, equipment, etc. between AAFB, Won Pat, and various lodging facilities on the Island of Guam. The Period of Performance (PoP) for these rentals is 7 July 2025 - 4 August 2025. The follow vehicles are being requested: 4 SUVs 20 (15 passenger) Vans 15 Minivans 6 Multi Stop Trucks (Bread Truck) 5 Pickup Trucks (must be equipped with a tail hitch) 13 Sedans 63 Vehicles Total
FD2020-21-00337
5998015708389AH CIRCUIT CARD 7 IMAGES
FD2020-21-00809
NSN: 1560-01-047-9058FJ, 1560-01-092-6611FJ NOUN: PANEL, STRUCTURAL PART #: 160D611514-5, 160D611514-1
FD2020-21-00013
NSN: 1560011244882FJ P/N: 160D611502-8 NOUN: SKIN,AIRCRAFT
FD2020-21-00873
5895013181786FD SYNTHESIZER,ELECTRICAL 21 IMAGES
FD2020-21-00674
6150015559776WF CABLE ASSY 3 IMAGES
FD2020-21-00838
NSN: 1560011287534FJ NOUN: TRAILING EDGE,AIRCR P/N: 160D612512-1
FD2020-21-00885
1650016244595WF CYLINDER ASSY 3 IMAGES
Q402--CNH Service Contracts North Little Rock, AR- Multi-Award
Multi Award Community Nursing Home Services for Little Rock Arkansas
FD2030-25-01839
NSN: 6620-01-321-6819 NOUN: INDICATOR, ELECTRICA TOP DRAWING: 16VF003-31 EDL REVISION & DATE: 2 / 15 JUL 2021 MDC CODE: NLN IM NAME: ANDERSON, JOSEPH M
FD2020-21-00814
5960010838990FD ELECTRON TUBE 25 IMAGES
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