Federal Contract Opportunities

Showing 651-700 of 2,702 opportunities

These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.

FD2030-26-00063

NSN: 2840-01-284-5408OK NOUN: NOZZLE ASSEMBLY, TUR TOP DRAWING: 6041T41G15 EDL REVISION & DATE: 4 / 18 JUN 2025 MDC: 2JD IM NAME: MAYES, JENNIFER N

Deadline: 6/24/2026
Posted: 10/3/2025
Special NoticeNAICS: 336412.0

FD2030-26-00031

NSN: 6110-01-219-3445HY NOUN: REGULATOR, VOLTAGE TOP DRAWING: 8730991 EDL REIVISION & DATE: 2 / 09 JUN 2025 MDC CODE: NME IM NAME: FLICK, MATTHEW T.

Deadline: 6/24/2026
Posted: 6/24/2025
Special NoticeNAICS: 335312.0

FD2030-26-00063

NSN: 2840-01-284-5408OK NOUN: NOZZLE ASSEMBLY, TUR TOP DRAWING: 6041T41G15 EDL REVISION & DATE: 4 / 18 JUN 2025 MDC: 2JD IM NAME: MAYES, JENNIFER N

Deadline: 6/24/2026
Posted: 6/24/2025
Special NoticeNAICS: 336412.0

FD2020-21-00849

NSN: 1560-01-071-6018FJ NOUN: PANEL, STRUCTURAL PART #: 160D511111-3

Deadline: 6/25/2026
Posted: 6/25/2021
Special NoticeNAICS: None

Develop and Approve DSF package for SUBPAC Stand Alone Seabird System

This requirement is posted as an unrestricted and is processed under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The US Navy intends to award these Services under Firm Fixed Price (FFP) Contract. Please see the attachment for details. If you have any questions concerning this requirement, please submit to Contract Specialist, Mrs. Michelle Muniz via email at michelle.a.muniz.civ@us.navy.mil by 10: a.m. PST on June 23, 2023. PHONE CALLS NOT ACCEPTED.

Deadline: 6/26/2026
Posted: 6/21/2023
SolicitationNAICS: 541330.0

Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)

Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 NOTE: W912P824B0046 has changed to W912P825B0008. The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 5 Drc 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on 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 beta.Sam.gov (www.beta.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. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers 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 Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 6/26/2026
Posted: 12/2/2024
PresolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)

Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 11 July 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on 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 beta.Sam.gov (www.beta.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. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers 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 Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 6/26/2026
Posted: 6/26/2024
PresolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)

Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 NOTE: W912P824B0046 has changed to W912P825B0028. The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 5 Drc 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on 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 beta.Sam.gov (www.beta.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. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers 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 Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 6/26/2026
Posted: 12/4/2024
PresolicitationNAICS: 237990.0

Radford Army Ammunition Plant - Virtual Library

7/11/25 Update: Upload Attachment - Virtual Library Use and Non-Disclosure Agreement. As noted below, this agreement must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil _______________________________________________________________________ This virtual library is being established to serve as a data repository that houses documents to support proposal development for the RFAAP competition. In order to receive access to the virtual library the following conditions must be met: 1. Companies must be registered with the U.S./Canada Joint Certification Program (JCP) and have an active DD 2345, Military Critical Technical Data Agreement, on file with Defense Logistics Information Service (DLIS). Virtual library accounts will only be provided to the Data Custodian of those firms with an active DD 2345. 2. A Virtual Library Use and Non-Disclosure Agreement (attached) must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil The Government intends to upload documents to the virtual library throughout the pre-solicitiation and solicitation phases. It is the contractor's responsibility to review the site to obtain the most recent information available. Questions related to virtual library access should be directed to all of the above points of contact.

Deadline: 6/26/2026
Posted: 7/11/2025
PresolicitationNAICS: 325920.0

Radford Army Ammunition Plant - Virtual Library

This virtual library is being established to serve as a data repository that houses documents to support proposal development for the RFAAP competition. In order to receive access to the virtual library the following conditions must be met: 1. Companies must be registered with the U.S./Canada Joint Certification Program (JCP) and have an active DD 2345, Military Critical Technical Data Agreement, on file with Defense Logistics Information Service (DLIS). Virtual library accounts will only be provided to the Data Custodian of those firms with an active DD 2345. 2. A Virtual Library Use and Non-Disclosure Agreement (attached) must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil The Government intends to upload documents to the virtual library throughout the pre-solicitiation and solicitation phases. It is the contractor's responsibility to review the site to obtain the most recent information available. Questions related to virtual library access should be directed to all of the above points of contact.

Deadline: 6/26/2026
Posted: 7/10/2025
PresolicitationNAICS: 325920.0

CST STUDIO SUITE PACKAGE

NRL NOTICE OF INTENT TO AWARD A SOLE SOURCE TEMPLATE This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and email requests will not be honored. Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Research Laboratory (NRL) intends to award a sole source purchase order to DS Government Solutions Corporation of Waltham, Massachusetts to furnish: ____ See Attached Schedule of Supplies/Services OR X See Chart Below Line Item Description Quantity 01 CST STUDIO SUITE PACKAGE 1 EA 02 CST STUDIO SUITE PACKAGE SUPPORT SVCS 1 EA The North American Industry Classification System Code (NAICS) for this requirement is 513210 with the size standard of LARGE . The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 7A20. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with: Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement in accordance with the posted opening and closing dates. 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. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. The point of contact is: Elizabeth Harley, Email:elizabeth.c.harley.civ@us.navy.mil Please reference this Notice of Intent number, N0017325Q1301261439 on your correspondence and in the “Subject” line of your email.

Deadline: 6/27/2026
Posted: 6/26/2025
Special NoticeNAICS: None

2027 McConnell AFB MACC IDIQ

THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICIATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. To explore the possibility of a Multiple Award Construction Contract (MACC) at McConnell AFB, KS, the 22d Contracting Squadron (22 CONS) is publishing this SOURCES SOUGHT NOTICE to gather relevant industry information. This Multiple Award Construction Contract (MACC) represents a significant opportunity for qualified construction firms. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, awarded to multiple vendors, facilitates the procurement of a variety of construction projects. Task orders, each up to $10,000,000, will be firm-fixed-price and awarded through a competitive process among the MACC holders. The contract has a total potential value of $99,000,000 over six or more years with a 12-month base period and option periods to be determined once the duration is final. Contractors under this contract will perform a wide variety of construction tasks, including: design-build projects; renovation and upgrade projects; new construction requiring integration of multiple trades; and repair/replacement of infrastructure such as roadways, airfield taxiways, and runways. These tasks will span a broad range of trades, including carpentry, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Design capabilities are essential, with contractors expected to provide full-project design services from concept or performance-based requirements. The anticipated North American Industrial Classification System (NAICS) code for this Request for Information (RFI) is 236220 (Commercial and Institutional Building Construction), with a size standard of $45 million. No solicitation is being issued at this time. This is not a Request for Proposal (RFP), or Invitation for Bid (IFB), and shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract. 22 CONS is seeking capabilities from businesses classified as Small, 8(a), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) for the purposes of determining the appropriate level of competition for a Multiple Award Construction Contract (MACC). Depending upon the response to this notice and other market research, 22 CONS may limit the competition to a specific category of small business with the exclusion of all other potential business concerns. If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. Additionally, the Government may consider additional subsets of work for specific small business category set asides if the data provided indicates there would be enough competition for those specific set asides. Interested and qualified firms are invited to respond to this sources sought notice by submitting a capability statement. The capability statement should provide a clear and concise overview of your firm's qualifications and experience, similar in format and content to your standard marketing materials. Please note that oral communications will not be accepted. Your written response should include the following information: Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include UEI number or CAGE Code; Socio-economic Status (e.g., Small, 8(a), WOSB, VOSB, SDVOSB, HUBZone, and any associated documentation of such status, certification or approvals). Also include business size in relation to the NAICS code size standard assigned to this acquisition. Summarize how your company is capable and qualified to handle this type of work. Summarize projects that show your capabilities and past performance. The list of relevant projects should include names of project team members and firm, customer or agency and their point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, email and phone numbers, project scope, project value and type of contract. Bonding: provide your bonding capacity per contract and aggregate. Please limit submission of your information capability statement and data to twelve (12) pages. The information capability statement and data noted above must be submitted in written format via e-mail to the following addresses: william.johnson.237@us.af.mil and marcus.tucker.7@us.af.mil no later than 4:00 PM (CST) on 27 June 2025. The information requested by this notice will be used within the DoD and SBA to facilitate decision making and will not be disclosed outside the agencies. Please note that this is a Sources Sought announcement intended solely for information gathering and acquisition planning. This notice does not obligate the government to issue a contract, nor does it guarantee reimbursement for any expenses incurred in preparing a response. No solicitation is currently available. Any future solicitation will be posted on the SAM website (https://sam.gov). It is the responsibility of interested parties to monitor SAM for solicitation updates and releases. To receive award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management (SAM). The SAM website is https://sam.gov. The successful offeror must also have active certifications within the SAM system. Contracting Office Address Bldg. 840 53384 Kansas St STE 110 McConnell AFB, KS 67221-3702 USA Phone 316-759-4456 Primary POC: 2d Lt William Johnson William.johnson.237@us.af.mil 316 759 4456 Secondary POC: Marcus Tucker Marcus.tucker.7@us.af.mil 316 759 4520

Deadline: 6/27/2026
Posted: 5/28/2025
RFINAICS: 236220.0

FD2020-21-00965

5998015996250WF CIRCUIT CARD 3 IMAGES

Deadline: 6/28/2026
Posted: 6/29/2021
Special Notice

FD2020-21-00963

5998013840844WF CIRCUIT CARD 3 IMAGES

Deadline: 6/28/2026
Posted: 6/29/2021
Special Notice

FD2020-21-00980

5998015559767WF CIRCUIT CARD 4 IMAGES

Deadline: 6/28/2026
Posted: 6/29/2021
Special Notice

FD2020-21-00888

6130016513332AH POWER SUPPLY 21 IMAGES

Deadline: 6/28/2026
Posted: 6/29/2021
Special Notice

F16AN_APG68_RadarDualModeTransmitter_NSN5998013069224_PN762R978G01

QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 Protection and Control Assembly. 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 repair, 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 they have 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 Northrop Grumman (97942) drawing 762R978G01, T807A02. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 762R978G01, T807A02. 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 762R978G01, T807A02. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-306-9224 P/N: 762R978G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 2/3 evaluate the repair 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 are $3,000. 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 Protection and Control Assembly 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-306-9224 P/N: 762R978G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 3/3 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 repair process. g. QWC7: NA

Deadline: 6/28/2026
Posted: 6/28/2024
RFINAICS: 81121.0

F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1

QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 Protection and Control Assembly. 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 repair, 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 they have 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 Northrop Grumman (97942) drawing 762R978G01, T365A41. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 762R128G01, T365A41. 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 762R128G01, T365A41. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-242-8034 P/N: 762R128G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 2/3 evaluate the repair 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 are $3,000. 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 Protection and Control Assembly 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-242-8034 P/N: 762R128G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 3/3 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 repair process. g. QWC7: NA

Deadline: 6/28/2026
Posted: 6/28/2024
RFINAICS: 81121.0

FD2020-21-00883

NSN: 1630-01-331-0612XW NOUN: STATOR, DISC BRAKE PART #: 133-883

Deadline: 6/29/2026
Posted: 6/29/2021
Special NoticeNAICS: None

TECHNOLOGY LICENSING OPPORTUNITY: Remotely Operated Ultrasonic Separation (UltraSep)

No more clogged filters! UltraSep is being developed for industrial manufacturers fed up with choked filters and their sluggish dewatering rates. Los Alamos National Laboratory is creating a membrane-free solution with a much lower footprint than gravity settling. Unlike membrane filtration, our technology provides steady-state dewatering without maintenance disruptions. Remote, automated operation also reduces dose accrual in personnel while freeing them up for other tasks. We are seeking a partner with an interest in furthering the development of the technology into an application/product for industrial manufacturing sectors. The Challenge: Separations exist in all industrial manufacturing sectors and are heavily reliant on well-established technologies such as membrane filtration and energy intensive centrifugation. However, these conventional technologies come with issues that make them impractical or unsatisfactory for many applications including production-critical nuclear processes, beverage production and potentially pharmaceuticals processes. Ultrasonic filtration is a membrane-free technology shown to dewater micron-sized solid precipitates at a steady rate without the maintenance needed by membrane filtration processes. How it Works: UltraSep employs a silent standing wave that continuously traps and concentrates micron-sized particles in solutions. Particles flowing upward into the standing wave are stopped and moved laterally to nearby nodes. This creates vertical regions of clarified liquid that flows up and out the top of the chamber. Particles concentrate at the nodes and form fast-settling aggregates that break free and settle to the bottom of the chamber where they are continuously removed. Key Advantages: Low footprint 99.9% metal removal in filtrate High water removal (up to 95% of bulk water) GUI provides operator complete control of process including pH adjustment Ultrasonics startup with automatic pump coordination is actuated at the GUI by the click of a button Market Applications: Solids dewatering processes Food and beverage Production-critical nuclear processes Pharmaceutical Development Status: Technology Readiness Level 5 US Patent No.: 10428324-B1 LA-UR-24-22790 Access: https://www.lanl.gov/engage/collaboration/feynman-center/tech-and-capability-search/rous LANL Tech Partnerships: Unlock the Innovative Potential Los Alamos National Laboratory offers a wide range of cutting-edge technologies and capabilities that may provide your company with a competitive edge in the market and unlock the innovative potential that can enhance, refine, and revolutionize your products. LANL’s licensing program focuses on moving inventions developed by our researchers to commercial innovations. Patented and patent pending inventions and copyrighted software are available to existing and start-up companies through exclusive and non-exclusive licensing agreements. For specific discussions, please contact licensing@lanl.gov. Note: This is not a call for external services for the development of this technology. https://www.lanl.gov/engage/collaboration/feynman-center/partner-with-us/licensing-technology https://www.lanl.gov/engage/collaboration/feynman-center/tech-and-capability-search

Deadline: 6/30/2026
Posted: 6/20/2025
Special NoticeNAICS: 541715.0

FD2020-20-01329

NSN: 1620-01-099-9767 P/N: 2006305-109 NOUN: LW MLG UPR DRAG BRC

Deadline: 6/30/2026
Posted: 6/30/2021
Special NoticeNAICS: None

Worldwide Operations, Maintenance, and Technical Support, Joint Airborne Lidar Bathymetry Technical Center of Expertise (JALBTCX)

THE PURPOSE OF THIS AMENDMENT IS TO SUSPEND THE SOLICITATION UNTIL FURTHER NOTICE.

Deadline: 6/30/2026
Posted: 6/18/2025
SolicitationNAICS: 541370.0

Metal Casting BAA 0001-21

This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information

Deadline: 6/30/2026
Posted: 4/21/2025
PresolicitationNAICS: 541715.0

Metal Casting BAA 0001-21

This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information

Deadline: 6/30/2026
Posted: 12/20/2021
PresolicitationNAICS: 541715.0

Metal Casting BAA 0001-21

This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses.

Deadline: 6/30/2026
Posted: 8/3/2021
PresolicitationNAICS: 541715.0

Metal Casting BAA 0001-21

This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses.

Deadline: 6/30/2026
Posted: 7/21/2021
PresolicitationNAICS: 541715.0

Metal Casting BAA 0001-21

This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026.

Deadline: 6/30/2026
Posted: 7/15/2021
PresolicitationNAICS: 541715.0

Metal Casting BAA 0001-21

This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information

Deadline: 6/30/2026
Posted: 4/23/2025
PresolicitationNAICS: 541715.0

Sale of Reusable Sodium Nitrate and Steel Drums

Item: Document Destroyer (M814 and M605) Description: The M814 and M605 Document Destroyers are emergency incendiary drums used for rapid destruction of materials to include paper, film, photo, or cryptographic devices. Each drums weighs 275 lbs. with a height of 35” and diameter of 23”. The steel drum has a lid and gasket with a lever lock ring that seals the inner contents. All drums have been presumably sealed and the inner contents have remained static for 50+ years. The drums are light grey in color with outer markings for identification. Each kit is self-contained using a 55-gal steel drum (outer) with a centrally positioned inner fiberboard drum. Between the inner and outer drum, (approx. 2 inch) the kit contains approx. 190 lbs. of sodium nitrate in prill form that is readily accessible and sometimes loosely packed. The sodium nitrate acts as the primary oxidizer to support combustion and consume materials placed inside the drum. The sodium nitrate could be coated with calcium phosphate or pure prill form. Sodium nitrate is classified as an oxidizer but has other potential uses in commercial and agricultural industries. ANMC cannot verify the current physical state of the sodium nitrate to account for any decomposition or its stability. Funding of all chemical analysis and testing of the decomposition or stability of the sodium nitrate will be at the bidder’s expense. In 2019, ANMC conducted static test burns of the contents. The results indicated that all the consumables (wood, paper) were fully destroyed during the burn process, however the sodium nitrate was not fully consumed, leaving a thick residue that required disposal through our local Environmental Office (HAZWASTE). ANMC does not have the resources to reclaim or recycle the sodium nitrate and steel drums and is seeking buyers who would purchase these items for reuse/recycling. Before sale, each drum will be partially disassembled by ANMC personnel to remove the igniter and fuse. All disassembly operations will take place at ANMC prior to shipping or delivery to a potential customer. ANMC will dispose of the fuses and igniters. Each drum will then be re-assembled, containing only 190 lbs. of sodium nitrate and the fiberboard inner drum. No energetic materials will remain in the drum, only the sodium nitrate (oxidizer) and fiberboard. Current inventory of Document Destroyers: M814 Document Destroyer, Quantity: 2,133 Each M605 Document Destroyer, Quantity: 735 Each Total: 2,868 Each Approximate amount of Sodium Nitrate: M814: 405,270 lbs. M605: 139,650 lbs. Approximate Total: 544,920 lbs. Date range to schedule visit: 07/2024 – 12/2024 Date range visits to be conducted: All interested parties should coordinate site visit a minimum of two weeks in advance due to security protocols and applicable background checks. Anniston Munitions Center will accept visitors Monday -Thursday, 0800-1500 CDST for viewing and collection. The site maintenance activity will coordinate material movement, staging, opening, closing and remediation. POC: For additional information concerning the Document Destroyer, please contact Mr. Jason Bass, ANMC at 256-240-3540 or Mr. Taylor Clopton at 256-235-4309. A full detailed structure can be provided upon request.

Deadline: 6/30/2026
Posted: 6/27/2025
RFI

Sale of Reusable Sodium Nitrate and Steel Drums

Item: Document Destroyer (M814 and M605) Description: The M814 and M605 Document Destroyers are emergency incendiary drums used for rapid destruction of materials to include paper, film, photo, or cryptographic devices. Each drums weighs 275 lbs. with a height of 35” and diameter of 23”. The steel drum has a lid and gasket with a lever lock ring that seals the inner contents. All drums have been presumably sealed and the inner contents have remained static for 50+ years. The drums are light grey in color with outer markings for identification. Each kit is self-contained using a 55-gal steel drum (outer) with a centrally positioned inner fiberboard drum. Between the inner and outer drum, (approx. 2 inch) the kit contains approx. 190 lbs. of sodium nitrate in prill form that is readily accessible and sometimes loosely packed. The sodium nitrate acts as the primary oxidizer to support combustion and consume materials placed inside the drum. The sodium nitrate could be coated with calcium phosphate or pure prill form. Sodium nitrate is classified as an oxidizer but has other potential uses in commercial and agricultural industries. ANMC cannot verify the current physical state of the sodium nitrate to account for any decomposition or its stability. Funding of all chemical analysis and testing of the decomposition or stability of the sodium nitrate will be at the bidder’s expense. In 2019, ANMC conducted static test burns of the contents. The results indicated that all the consumables (wood, paper) were fully destroyed during the burn process, however the sodium nitrate was not fully consumed, leaving a thick residue that required disposal through our local Environmental Office (HAZWASTE). ANMC does not have the resources to reclaim or recycle the sodium nitrate and steel drums and is seeking buyers who would purchase these items for reuse/recycling. Before sale, each drum will be partially disassembled by ANMC personnel to remove the igniter and fuse. All disassembly operations will take place at ANMC prior to shipping or delivery to a potential customer. ANMC will dispose of the fuses and igniters. Each drum will then be re-assembled, containing only 190 lbs. of sodium nitrate and the fiberboard inner drum. No energetic materials will remain in the drum, only the sodium nitrate (oxidizer) and fiberboard. Current inventory of Document Destroyers: M814 Document Destroyer, Quantity: 2,133 Each M605 Document Destroyer, Quantity: 735 Each Total: 2,868 Each Approximate amount of Sodium Nitrate: M814: 405,270 lbs. M605: 139,650 lbs. Approximate Total: 544,920 lbs. Date range to schedule visit: 06/2025 – 06/2026 Date range visits to be conducted: All interested parties should coordinate site visit a minimum of two weeks in advance due to security protocols and applicable background checks. Anniston Munitions Center will accept visitors Monday -Thursday, 0800-1500 CDST for viewing and collection. The site maintenance activity will coordinate material movement, staging, opening, closing and remediation. POC: For additional information concerning the Document Destroyer, please contact Mr. Jason Bass, ANMC at 256-240-3540. A full detailed structure can be provided upon request.

Deadline: 6/30/2026
Posted: 6/27/2025
RFINAICS: None

Commercial Solutions Openings - ERDC Geospatial Research

Engineer Research and Development Center. The ERDC-GRL executes projects on behalf of the Assistant Secretary of the Army (Acquisition, Logistics, and Technology) (ASA(ALT)), Army Futures Command (AFC), US Army Corps of Engineers (USACE), and various other government organizations. These projects are focused in the following six research and development thrust areas: (1) Mission Command decision environments (2) Establishing full-3D mapping capabilities (3) Building a holistic geospatial foundation (4) Remote sensing and mapping capabilities (5) Terrain-based positioning and navigation technologies (6) Earth system dynamics for situational understanding Go to https://www.erdcwerx.org/geospatial-research-laboratory-cso/ for all of the CSO details and submission requirements. All solutions shall be submitted via the ERDCWERX platform. Solutions for the general areas of interest will be accepted beginning 30 June 2025 and ending 1700 CDT 15 July 2026, or as otherwise specified on an Individual Program Requirement.

Deadline: 6/30/2026
Posted: 6/18/2025
SolicitationNAICS: 333998.0

Commercial Solutions Openings

Engineer Research and Development Center. The ERDC-GRL executes projects on behalf of the Assistant Secretary of the Army (Acquisition, Logistics, and Technology) (ASA(ALT)), Army Futures Command (AFC), US Army Corps of Engineers (USACE), and various other government organizations. These projects are focused in the following six research and development thrust areas: (1) Mission Command decision environments (2) Establishing full-3D mapping capabilities (3) Building a holistic geospatial foundation (4) Remote sensing and mapping capabilities (5) Terrain-based positioning and navigation technologies (6) Earth system dynamics for situational understanding Go to https://www.erdcwerx.org/geospatial-research-laboratory-cso/ for all of the CSO details and submission requirements. All solutions shall be submitted via the ERDCWERX platform. Solutions for the general areas of interest will be accepted beginning 30 June 2025 and ending 1700 CDT 15 July 2026, or as otherwise specified on an Individual Program Requirement.

Deadline: 6/30/2026
Posted: 6/18/2025
SolicitationNAICS: 333998.0

Calcasieu River and Pass, LA, Maintenance Dredging FY24, Mile 5.0 to Mile 17.0, Calcasieu and Cameron Parishes, LA. Specification No. ED-24-021.

NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. W912P824B0051 - Calcasieu River and Pass, LA, Maintenance Dredging FY24, Mile 5.0 to Mile 17.0, Calcasieu and Cameron Parishes, LA. Specification No. ED-24-021. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $25,000,000 and $100,000,000. The work consists of removal of material from within the Calcasieu River Ship Channel; satisfactory disposal of material to be placed in the designated Confined Disposal Facilities adjacent to the Calcasieu River and Pass; all as shown on the drawings. Removal of material from within Devil’s Elbow is included as optional work. The work also includes retention dike construction, surveys, optional ditching and draining of disposal areas, and all operations incidental thereto. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 15 July 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor Brandon at (504) 862-1009 (taylor.h.brandon@usace.army.mil).

Deadline: 7/1/2026
Posted: 7/1/2024
PresolicitationNAICS: 237990.0

Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)

Update (7/31/2025): Added/updated wording in the description below. Replaced the attached Q&A dated 7JUL25 to include a cover page with a disclaimer. No questions or answers were changed or edited. 31 July 2025 The Defense Health Agency Contracting Activity (DHACA), on behalf of the Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), intends to issue a Commercial Solutions Opening (CSO) to award other transaction agreements under the authority of 10 U.S.C. 4022 to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. This CSO will remain open until 01 JUL 2026 1500 ET, if necessary, the Government may make updates to this posting. The following POC’s are for the CSO posting only: Elizabeth Holten, elizabeth.l.holten.civ@health.mil and Lacey Lockard, lacey.n.lockard.civ@health.mil It is recommended to review all attachments that pertain to this CSO posting and to monitor SAM.gov for any future related notices / Area of Interest (AOI) postings. Each AOI posting will include specific POC's, information, and attachments. Proprietary information may be submitted; however, respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. If a submission is marked, it will be protected from disclosure outside of Government personnel, unless permission is granted for Government support contractors to view the material. The following companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondent’s proprietary data. Boston Consulting Group (BCG) Andrew Morgan Consulting, LLC Deloitte, LLC Submission under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in review of all phases of the CSO process for all AOIs. If your company has any concerns with support contractors accessing proprietary information, please contact the POC’s listed in the AOI document prior to submission. See attachments for additional information relating to this CSO HT0038-25-S-C001. PEO DHMS CSO_10JUL25 CSO_EIDS AOI 1a 1b_Question and Answer Log_7JUL25 This CSO posting included EIDS AOI 1a Data Product Management and AOI 1b Data Integration, which references the following attachments and LinkedIn Post: EIDS AOI 1a Data Product Management_1b Data Integration_10JUL25 Informational_EIDS AOI Links Informational_EIDS MHS Conference Slides_EIDS_MIP LinkedIn Post: https://www.linkedin.com/posts/peo-dhms_militaryhealthcare-datasolutions-innovation-activity-7345466518626820099-w8Lt/

Deadline: 7/1/2026
Posted: 7/31/2025
SolicitationNAICS: 541512.0

Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)

10 July 2025 The Defense Health Agency Contracting Activity (DHACA), on behalf of the Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), intends to issue a Commercial Solutions Opening (CSO) to award other transaction agreements under the authority of 10 U.S.C. 4022 to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. This CSO will remain open until 01 JUL 2026 1500 ET, if necessary, the Government may make updates to this posting. All responses or feedback shall be submitted to the below POC’s: elizabeth.l.holten.civ@health.mil and lacey.n.lockard.civ@health.mil Proprietary information may be submitted; however, respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. If a submission is marked, it will be protected from disclosure outside of Government personnel, unless permission is granted for Government support contractors to view the material. The following companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondent’s proprietary data. •Boston Consulting Group (BCG) •Andrew Morgan Consulting, LLC •Deloitte, LLC Submission under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in review of all phases of the CSO process for all Area of Interest (AOIs). If your company has any concerns with support contractors accessing proprietary information, please contact the POC’s in advance of submission. The Government is seeking capability statements for AOI #1 no later than 14 JUL 2025, 1500, ET. It is encouraged to keep checking this posting for updates and future AOI postings. See attachments for additional information. Additionally, check out the LinkedIn post: https://www.linkedin.com/posts/peo-dhms_militaryhealthcare-datasolutions-innovation-activity-7345466518626820099-w8Lt/

Deadline: 7/1/2026
Posted: 7/24/2025
SolicitationNAICS: 541512.0

Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)

10 July 2025 The Defense Health Agency Contracting Activity (DHACA), on behalf of the Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), intends to issue a Commercial Solutions Opening (CSO) to award other transaction agreements under the authority of 10 U.S.C. 4022 to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. This CSO will remain open until 01 JUL 2026 1500 ET, if necessary, the Government may make updates to this posting. All responses or feedback shall be submitted to the below POC’s: elizabeth.l.holten.civ@health.mil and lacey.n.lockard.civ@health.mil Proprietary information may be submitted; however, respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. If a submission is marked, it will be protected from disclosure outside of Government personnel, unless permission is granted for Government support contractors to view the material. The following companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondent’s proprietary data. •Boston Consulting Group (BCG) •Andrew Morgan Consulting, LLC •Deloitte, LLC Submission under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in review of all phases of the CSO process for all Area of Interest (AOIs). If your company has any concerns with support contractors accessing proprietary information, please contact the POC’s in advance of submission. The Government is seeking capability statements for AOI #1 no later than 14 JUL 2025, 1500, ET. It is encouraged to keep checking this posting for updates and future AOI postings. See attachments for additional information. Additionally, check out the LinkedIn post: https://www.linkedin.com/posts/peo-dhms_militaryhealthcare-datasolutions-innovation-activity-7345466518626820099-w8Lt/

Deadline: 7/1/2026
Posted: 7/10/2025
SolicitationNAICS: 541512.0

F16_CD_DUAL_MODE_TRANSMITTER_NSN5998012651040Pn762R370G01

NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 Protection and Control Assembly. 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 repair, 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 they have 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 Northrop Grumman (97942) drawing 762R370G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 762R370G01, T365A41. 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 762R370G01, T365A41. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 2/3 evaluate the repair 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 are $5000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 270 days. This is based on complexity of the Protection and Control Assembly 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 3/3 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 repair process. g. QWC7: NA

Deadline: 7/2/2026
Posted: 7/2/2024
RFINAICS: 81121.0

F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01

NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 Dual Mode Transmitter. 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 repair, 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 they have 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 758R990G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 758R990G01, and Specification T360A41. 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 758R990G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 30 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 are $10000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 1465 days. This is based on complexity of the Dual Mode Transmitter 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 3/3 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 repair process.

Deadline: 7/2/2026
Posted: 7/2/2024
RFINAICS: 81121.0

AN_APG_68_Dual_Mode_Transmitter_PN585R224H04_NSN_5960013415198

REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 repair, 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 they have 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 Northrop Grumman (97942) drawing 585R224H04. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 585R224H04. 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 585R224H04. This article shall be subjected to a form, fit, and REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 2/3 function evaluation to demonstrate compatibility with the weapon system and to evaluate the repair 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 are $260,800. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 730 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 3/3 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 repair process. g. QWC7: NA

Deadline: 7/2/2026
Posted: 7/2/2025
RFINAICS: 81121.0

F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662

REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 Dual Mode Transmitter. 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 repair, 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 they have 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 758R990G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 758R990G01, and Specification T360A41. 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 758R990G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 30 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 are $10000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 1465 days. This is based on complexity of the Dual Mode Transmitter 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 3/3 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 repair process.

Deadline: 7/2/2026
Posted: 7/2/2025
RFINAICS: 81121.0

F16_AIBU_NSN5895013478037_PN5188110_004

NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 AIBU. 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 repair, 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 they have 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 SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 416th 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 416th 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 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th 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 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair 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 are $23,300.00. 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 AIBU 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 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: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: 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. d. QWC4: 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. e. QWC5: 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 repair process.

Deadline: 7/3/2026
Posted: 7/3/2024
RFINAICS: 336413.0

F16_AIBU_NSN5895013310720_PN_5188110_008

NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 AIBU. 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 repair, 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 they have 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 SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 416th 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 416th 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 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th 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 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair 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 are $23,300.00. 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 AIBU 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 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: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: 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. d. QWC4: 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. e. QWC5: 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 repair process.

Deadline: 7/3/2026
Posted: 7/3/2024
RFINAICS: 336413.0

F16_AIBU_NSN5895013080933_PN_5188110_005

NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: 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 AIBU. 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 repair, 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 they have 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 SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair 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 416th 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 416th 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 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th 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 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair 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 are $23,300.00. 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 AIBU 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 repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 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: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: 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. d. QWC4: 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. e. QWC5: 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 repair process.

Deadline: 7/3/2026
Posted: 7/3/2024
RFINAICS: 336413.0

Aviation and Missile R&D BAA

See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.

Deadline: 7/3/2026
Posted: 9/24/2025
PresolicitationNAICS: 541715.0

Aviation and Missile R&D BAA

See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.

Deadline: 7/3/2026
Posted: 9/3/2025
PresolicitationNAICS: 541715.0

Aviation and Missile R&D BAA

See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.

Deadline: 7/3/2026
Posted: 7/29/2025
PresolicitationNAICS: 541715.0

Aviation and Missile R&D BAA

See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.

Deadline: 7/3/2026
Posted: 7/19/2025
PresolicitationNAICS: 541715.0

Aviation and Missile R&D BAA

See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable.

Deadline: 7/3/2026
Posted: 7/3/2025
PresolicitationNAICS: 541715.0

FD2020-21-00994

NSN: 2910-01-135-5681RP NOUN: FUEL CONTROL, START P/N: 160034-400

Deadline: 7/6/2026
Posted: 7/7/2021
Special Notice

FD2020-21-00994

NSN: 2910-01-135-5681RP NOUN: FUEL CONTROL, START P/N: 160034-400

Deadline: 7/6/2026
Posted: 7/7/2021
Special NoticeNAICS: None
Page 14 of 55