Federal Contract Opportunities

Showing 701-750 of 2,702 opportunities

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

UTSA Recruitment J&A

This is to post the requirement for UTSA advertisement in the local area which has a limited source. By regulations the Government is to disclose to the public the Justification and Approval document attached for the public to view.

Deadline: 7/8/2026
Posted: 7/24/2025
Special NoticeNAICS: 5418.0

FD2020-21-01013

NSN: 5340016435571LE NOUN: BRACKET,MOUNTING P/N: 201309312-101

Deadline: 7/9/2026
Posted: 7/9/2021
Special NoticeNAICS: None

FD2030-25-02251

NSN: 8145-01-452-4579NZ NOUN: SHIPPING AND STORAG TOP DRAWING: P4078843 EDL REVISION & DATE: 9 / 09 JUL 2025 MDC CODE: WCF IM NAME: JACKSON, TODD L.

Deadline: 7/9/2026
Posted: 7/9/2025
Special NoticeNAICS: 336413.0

FD2030-25-01082

NSN: 3040-01-435-9060 NOUN: GEARSHAFT, MULTIPLE TOP DRAWING: 9-25297-3 EDL REVISION & DATE: 3 / 23 JUN 2022 MDC: ELF IM NAME: STONE, DARRELL H

Deadline: 7/9/2026
Posted: 7/9/2025
Special NoticeNAICS: 333613.0

FD2030-25-00766

NSN: 2840-01-527-6870PR NOUN: DUCT, AUGMENTOR, AIRC TOP DRAWING: 1452M70G06 EDL REVISION & DATE: 8 / 30 JUN 2025 MDC:AAL IM NAME: DINH, VIVIAN U

Deadline: 7/10/2026
Posted: 7/10/2025
Special NoticeNAICS: 336412.0

FD2030-26-00085

NSN: 1650-01-242-6491HS NOUN: CYLINDER ASSEMBLY, A. TOP DRAWING: 68A412800-1005 EDL REVISION & DATE: 13 / 09 SEP 2024 MDC CODE: EFK IM NAME: BRODUER, BEAU A.

Deadline: 7/10/2026
Posted: 7/10/2025
Special NoticeNAICS: 336413.0

ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE #1-2025, OM25066 through #2-2025, OM25067

ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE, #1-2025, OM25066 through #2-2025, OM25067 The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed in the Mississippi River and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. The NAICS code for this acquisition is 237990 with a size standard of $37,000,000.00. This solicitation will be issued on or about 12 July 2025 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 Specialist for this solicitation is Francesca deBoer. Please use the following email Francesca.E.deBoer@usace.army.mil or call at 504-862-1607.

Deadline: 7/10/2026
Posted: 6/25/2025
PresolicitationNAICS: 237990.0

ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE #1-2025, OM25066 through #2-2025, OM25067

ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE, #1-2025, OM25066 through #2-2025, OM25067 The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed in the Mississippi River and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. The NAICS code for this acquisition is 237990 with a size standard of $37,000,000.00. This solicitation will be issued on or about 12 July 2025 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 Specialist for this solicitation is Francesca deBoer. Please use the following email Francesca.E.deBoer@usace.army.mil or call at 504-862-1607.

Deadline: 7/10/2026
Posted: 6/25/2025
PresolicitationNAICS: 237990.0

Station Houston Boathouse HVAC Repairs

The United States Coast Guard is soliciting quotes from qualified individuals or firms to provide all labor, materials, and equipment necessary for expediting the repairs needed to repair the units air conditioning system for the boat house. Prior to submitting a quote, it is mandatory to examine the Statement of Work (SOW), and it is highly recommended to visit the facility to take field measurements, evaluations, etc., and become familiar with existing conditions under which the work will be performed. After the award of contract, a pre-conference will be held prior to starting the work at Coast Guard Station Houston. All work is to be completed in accordance with the SOW. This will be a firm-fixed priced purchase order awarded to the lowest reasonable price technically acceptable bidder. This is a set aside 100% for small business. All contractors must be actively registered in SAM.gov and must provide representations prescribed in clause 52.236-1 in Section III of the attached contract format document to be considered. Far clause 52.236-1 Performance of Work by the Contractor applies to the solicitation and award. The Contractor shall submit, simultaneously with the schedule of costs required by the Payments under Fixed-Price Construction Contracts clause of the contract, a statement designating the portions of contract work to be performed with the Contractor's own forces. The approved schedule of costs will be used in determining the value of a work activity/event, or portions thereof, of the work for the purpose of this article. See Attachment B for more detail. In establishing the percent of work to be performed by the Contractor. Cost of material and equipment installed by such labor may be included. The work by the Contractor's executive, administrative and clerical forces shall be excluded in establishing compliance with the requirements of this clause. FAR 52.237-1 -- Site Visit (Apr 1984). Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Arrangements for visiting the site may be made by contacting: BOSN2 John Skinner (727) 254-6360 MKC William Lee (832) 341-4506 Submit quotes to: melissa.n. navarro@uscg.mil NAICS:238220- Plumbing, Heating and Air-Conditioning Contractors PSC: Z1JZ - Maintenance of miscellaneous buildings 36.204 Disclosure of the magnitude of construction projects. Under $35,000

Deadline: 7/11/2026
Posted: 6/26/2025
Combined Synopsis/SolicitationNAICS: 238220

FD2020-21-00047

NSN: 1620-01-071-0537 NOUN: AXLE, LANDING GEAR PART #: 2006035-104

Deadline: 7/12/2026
Posted: 7/13/2021
Special NoticeNAICS: None

FD2020-21-01015

5998015057076WF CIRCUIT CARD 3 IMAGES

Deadline: 7/12/2026
Posted: 7/13/2021
Special Notice

FD2020-21-00654

NSN: 1560015677688FJ NOUN: RUDDER,AIRCRAFT P/N: 160D512000-230

Deadline: 7/12/2026
Posted: 7/12/2021
Special NoticeNAICS: None

Mississippi River Outlets, Vicinity of Venice, Louisiana, Baptiste Collette Bar Channel, #24-2 Maintenance Dredging, Plaquemines Parish, Louisiana

The work consists of the removal and satisfactory disposal of all material excavated from the Baptiste Collette Bar Channel, within the limits shown on the contract drawings. (The estimated time of completion is 150 calendar days after receipt of notice to proceed. The solicitation will include 11 drawings and specifications). The estimated value of this work is between $10,000,000 and $25,000,000.This is an UNRESTRICTED procurement under NAICS Code: 237990. ***A bid opening date will be established in a future amendment.*** The solicitation documents for this procurement will be posted on SAM (www.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration’s Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), to receive a government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer at 504-862-1604 (email Francesca.E.deBoer@usace.army.mil). The Contracting Officer for this solicitation is Karen Hargrave (email Karen.D.Hargrave@usace.army.mil). All potential and interested vendors must be actively registered in SAM under NAICS code 237990. The solicitation documents for this procurement will be posted on www.sam.gov. You will need the adobe acrobat reader for .pdf files (www.adobe.com) to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in www.sam.gov. This can be done by clicking on the solicitation title and clicking on the button that says, “Register as an Interested Vendor” and entering your business information. For information about SAM registration and annual confirmation requirements, go to www.sam.gov or call (866) 606-8220. The solicitation and all information pertaining to this acquisition will be made available electronically through the System for Award Management (SAM) electronic posting system web link at https://www.sam.gov. The Government will not provide written paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests for the solicitation package will not be honored. Potential contractors are responsible for monitoring this site for the release of the solicitation package and any updates to the solicitation. Qualifications and offers will not be accepted if submitted by mail or hand carried and will not be evaluated. Qualifications or offers sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be accepted. The Offeror is responsible to confirm the Offer has been received. All offers received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition. THE GOVERNMENT WILL ACCEPT NO OTHER TRANSMISSION METHOD (E-MAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.). The wages and benefits of service employees (see FAR subpart 22.10) performing work under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of work). Any communications must identify the solicitation number, company name, address, phone number including area code, and point of contact with a valid email address. The Contract Specialist for this solicitation is Francesca deBoer at (504) 862-1604, or by email at Francesca.E.deBoer@usace.army.mil.

Deadline: 7/12/2026
Posted: 7/12/2024
SolicitationNAICS: 237990.0

Defense Production Act Title III Expansion of Domestic Production Capability and Capacity - Funding Opportunity Announcement (FOA)

Summary of Changes In addition to the below changes, please note, the submission and acceptance of White Papers remains suspended until further notice. Please continue to check SAM.gov for updates. Amendment 5, dated 1 July 2025, hereby updates the following Funding Opportunity Announcement (FOA) information and sections: Closing Date of the FOA FROM: 12 July 2025 TO: 12 July 2026 Due Date and Time: FROM: Open and Effective date until 12 July 2025. White Papers will be considered if received before 1500 EST on 12 July 2025. TO: Open and Effective date until 12 July 2026. White Papers will be considered if received before 1500 EST on 12 July 2026. Address technical questions to the Technical POC: FROM: Diana M. Carlin, DPA Title III Program AF Executive Agent Program Manager, AFRL./RXM, 2977 Hobson Way, Bldg. 653, Room 308, WPAFB, OH 45433, AFRL.DPA.TtitleIandIII@us.af.mil , 937-904-4591 TO: Jeffrey T. Hubert, Acting DPA Title III Program AF Executive Program Manager, AFRL/RXM, 2977 Hobson Way, Bldg. 653, Room 308, WPAFB, OH 45433, AFRL.DPA.TtitleIandIII@us.af.mil Contracting/Agreements Points of Contact (POC) Agreements Officer Melanie Kiplinger Agreements Specialist Justin (Jay) Hull Schedule: FROM: This FOA will remain open for white paper submissions and Call issuances for a period of seventy-two (72) months. TO: This FOA will remain open for white paper submissions and Call issuances for a period of eighty-four (84) months. Other Requirements: Added: Generally Accepted Accounting Principles (GAAP): Potential offerors shall list if their accounting/financial systems have previously been audited by a Government agency or independent auditor, along with the date of the audit. Additionally, potential offerors are required to certify that their financial management systems are compliant with GAAP, and submit proof of this compliance. Added: Basic NIST SP 800-171: All potential offerors are required to complete a Basic NIST SP 800-171 Self-Assessment, or have an existing self-assessment that is current (within the last 3 years from time of white paper/proposal submission), and the score shall be published in the Supplier Performance Risk System (SPRS). A score of 110 is required to be considered “adequate.” Additional information regarding the NIST 800-171 Assessment can be located at the following link: https://www.acq.osd.mil/asda/dpc/cp/cyber/docs/safeguarding/NIST-SP-800-171-Assessment-Methodology-Version-1.2.1-6.24.2020.pdf Overview Information Full Text Announcement Sections: Section I, Paragraph 4 – Schedule FOA Appendices Revised Appendix II – Sample Technology Investment Agreement (TIA) Multiple updates were also made throughout the entirety of the FOA document to correct administrative items such as broken hyperlinks, outdated website references, and/or outdated Regulation references. Amendment 4, dated 12 Mar 2024, hereby updates the following Funding Opportunity Announcement (FOA) information and sections: Closing Date of the FOA FROM: 12 July 2024 TO: 12 July 2025 Cost Ceiling FROM: $5 Billion ($2.5 Billion Government share and $2.5 Billion Recipient share) TO: $9 Billion ($4.5 Billion Government share and $4.5 Billion Recipient Share) Contracting/Agreements Points of Contact (POC) Agreements Officer Michelle Goss Agreements Specialist Melanie Kiplinger Title III Organization E-mail AFRL.RXKM.TitleIII@us.af.mil Overview Information Full Text Announcement Sections: Section I, Paragraph 4 – Schedule Section II, Paragraph 2 – Anticipated Funding Section X, Paragraph 3 – Support Contractors FOA Appendices Revised Appendix II – Sample Technology Investment Agreement (TIA) Added Appendix VII – DPA Title III Statement of Work Template/Outline Multiple updates were also made throughout the entirety of the FOA document to correct broken hyperlinks, outdated website references, outdated Regulation references, and the removal of all physical (mailed) delivery methods of White Papers and/or Proposals. FOA Amendment 3, dated 30 Mar 2022, hereby replaces FOA Amendments 1 and 2. The following FOA sections have been updated/revised: Overview Information Full Text Announcement Sections: IV. Open FOA (Two Step Process) VII. FOA with Calls (One Step Process) FOA Appendices Appendix II – Sample Technology Investment Agreement, dated 30 MAR 2022 Updates were also made throughout the FOA document and Appendix II to correct broken hyperlinks and/or outdated website references FOA Amendment 2: Contracting Changes shown below (posted 28 April 2020) a revised FOA document will be placed on this site in the future showing these changes FOA Amendment 2 updates include changing Contracting POCs (Overview Information, page 7) Agreements Officer and Agreements Negotiator names and contact information to: AGREEMENTS OFFICER: Whitney Foxbower 937-713-9877 whitney.foxbower@us.af.mil AGREEMENTS NEGOTIATOR: Felicia Bibbs 937-713-9901 felicia.bibbs@us.af.mil The previous contracting team is no longer working this effort - please contact the new team listed above. FOA Amendment 1 dated 14 Nov 2019 replaces FOA dated 12 July 2019 FOA Amendment 1 updates include beta.sam.gov references added; Foreign Participation Clarification (page 12); Contracting POC update (page 7); Summary Business Plan page limitation language (pages 21 and 35); Ombudsman update (page 48); other administrative changes throughout regarding Call and RFP (pages 5, 7, 20, 21, 23, 27, 34, 35, 38, and 41).

Deadline: 7/12/2026
Posted: 7/1/2025
PresolicitationNAICS: 339999.0

SUBNET BAA 0004-21

Amendment 01 Subsistence Network BAA 004-21 is hereby amended for clarification regarding the Evaluation Rating Scheme. SUBNET will have a wide-spread focus on solutions to develop and promote manufacturing improvements in the subsistence supply chain. The program goals are to leverage the latest technologies, encourage innovation and modernization, and to maximize capability and capacity in subsistence. The program engages all elements of the supply chain including the DoD combat ration producers, commercial food suppliers, academia, and other industry and federal agencies to research, leverage, implement, and transition improved technologies in the subsistence supply chain. The research seeks identification and test of low-risk, high-impact technology, quality and process improvements of the individual and group combat rations, and improvements in subsistence products or equipment. The SUBNET short term projects should result in such measures as reduced cost, increased efficiencies, and improved surge demand capabilities. These improvements will transition to industrial base suppliers, military services, and the warfighters. Research projects shall involve current trends related to combat rations, field feeding solutions, food equipment, food footprint, food innovations, food safety and defense; garrison feeding, nutrition and health, storage and packaging solutions, water security, subsistence supplies condition monitoring during shipments, and additional topics.

Deadline: 7/13/2026
Posted: 3/7/2024
SolicitationNAICS: 541715.0

SUBNET BAA 0004-21

Amendment 01 Subsistence Network BAA 004-21 is hereby amended for clarification regarding the Evaluation Rating Scheme. SUBNET will have a wide-spread focus on solutions to develop and promote manufacturing improvements in the subsistence supply chain. The program goals are to leverage the latest technologies, encourage innovation and modernization, and to maximize capability and capacity in subsistence. The program engages all elements of the supply chain including the DoD combat ration producers, commercial food suppliers, academia, and other industry and federal agencies to research, leverage, implement, and transition improved technologies in the subsistence supply chain. The research seeks identification and test of low-risk, high-impact technology, quality and process improvements of the individual and group combat rations, and improvements in subsistence products or equipment. The SUBNET short term projects should result in such measures as reduced cost, increased efficiencies, and improved surge demand capabilities. These improvements will transition to industrial base suppliers, military services, and the warfighters. Research projects shall involve current trends related to combat rations, field feeding solutions, food equipment, food footprint, food innovations, food safety and defense; garrison feeding, nutrition and health, storage and packaging solutions, water security, subsistence supplies condition monitoring during shipments, and additional topics.

Deadline: 7/13/2026
Posted: 4/26/2022
SolicitationNAICS: 541715.0

SUBNET BAA 0004-21

SUBNET will have a wide-spread focus on solutions to develop and promote manufacturing improvements in the subsistence supply chain. The program goals are to leverage the latest technologies, encourage innovation and modernization, and to maximize capability and capacity in subsistence. The program engages all elements of the supply chain including the DoD combat ration producers, commercial food suppliers, academia, and other industry and federal agencies to research, leverage, implement, and transition improved technologies in the subsistence supply chain. The research seeks identification and test of low-risk, high-impact technology, quality and process improvements of the individual and group combat rations, and improvements in subsistence products or equipment. The SUBNET short term projects should result in such measures as reduced cost, increased efficiencies, and improved surge demand capabilities. These improvements will transition to industrial base suppliers, military services, and the warfighters. Research projects shall involve current trends related to combat rations, field feeding solutions, food equipment, food footprint, food innovations, food safety and defense; garrison feeding, nutrition and health, storage and packaging solutions, water security, subsistence supplies condition monitoring during shipments, and additional topics.

Deadline: 7/13/2026
Posted: 7/14/2021
SolicitationNAICS: 541715.0

SUBNET BAA 0004-21

Amendment 01 Subsistence Network BAA 004-21 is hereby amended for clarification regarding the Evaluation Rating Scheme. SUBNET will have a wide-spread focus on solutions to develop and promote manufacturing improvements in the subsistence supply chain. The program goals are to leverage the latest technologies, encourage innovation and modernization, and to maximize capability and capacity in subsistence. The program engages all elements of the supply chain including the DoD combat ration producers, commercial food suppliers, academia, and other industry and federal agencies to research, leverage, implement, and transition improved technologies in the subsistence supply chain. The research seeks identification and test of low-risk, high-impact technology, quality and process improvements of the individual and group combat rations, and improvements in subsistence products or equipment. The SUBNET short term projects should result in such measures as reduced cost, increased efficiencies, and improved surge demand capabilities. These improvements will transition to industrial base suppliers, military services, and the warfighters. Research projects shall involve current trends related to combat rations, field feeding solutions, food equipment, food footprint, food innovations, food safety and defense; garrison feeding, nutrition and health, storage and packaging solutions, water security, subsistence supplies condition monitoring during shipments, and additional topics.

Deadline: 7/13/2026
Posted: 4/29/2025
SolicitationNAICS: 541715.0

NSN2840-01-582-2797NZ_HotSectionModule_F100_PN4089013-800&4089013-801_FD2030-25-01123

THIS IS A SYNOPSIS OF THE REQUIREMENT. PR Number(s): FD20302501123PLN Line Item: 0001 NSN: 2840015822797NZ HOT SECTION MODULE, P/N: 4089013-800, P/N: 4089013-801, Description: This is the engine core module assembly. It compresses air received from the Inlet Fan module, combi... Supp. Description: Titanium Best Estimated Qty: 8.0000 EA Delivery: 30 APR 2025 On or Before Destn: SW3211,TINKER AFB OK 73145-8000, , - . Quantity: 8.00 Unit of Issue: EA PR Number(s): FD20302501123PLN Line Item: 0002 Data Description: CEMS tracking Quantity: 1.0000 LO Delivery: TBD To be determined Destn: TBDTBD,, , . Quantity: 1.00 Unit of Issue: LO Duration of Contract Period: 31 May 2026 Electronic procedure will be used for this solicitation. THIS ITEM HAS NOT BEEN RECENTLY PURCHASED. RTX CORPORATION DOING BUSINESS AS PRATT & WHITNEY IS THE ONLY APPROVED SOURCE. IAW FAR 5.207(c)(16)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency

Deadline: 7/14/2026
Posted: 5/29/2025
PresolicitationNAICS: 336412.0

General Hardware (M Department) Master BPA

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 332216, FSC code 5120, Handtools, nonedged, nonpowered. This notice is being sent for the “General Hardware” category. This General Hardware category is for The Energetics Manufacturing Department (Code M), but not limited from other departments, at Naval Surface Warfare Center Indian Head Division (NSWC IHD), BPA Calls will not exceed the Simplified Acquisition Threshold. Interested companies must (have/include): Documentation addressing the performance work statement (attached to this posting). Complete and return the price list (attached to this posting). A capability statement/line card describing the company, its capabilities and its expertise. Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://wawf.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov/SAM/). ITAR Certification- Procurements under these BPA Masters include unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Note: This is a small business set-aside however, large businesses will be considered for other opportunities. If you possess a GSA contract please note your GSA contract number in your response. The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Sarah Hayden, at sarah.n.hayden3.civ@us.navy.mil Dr. David Greaves, at david.greaves@navy.mil Marlene Ridgell, at marlene.l.ridgell.civ@us.navy.mil Nicholas Zalewski, at nicholas.r.zalewski.civ@us.navy.mil

Deadline: 7/16/2026
Posted: 7/16/2021
RFINAICS: 332216.0

FD2030-25-00637

NSN: 2840-01-445-4017NZ NOUN: SEAL, AIR, AIRCRAFT G TOP DRAWING: 4083716-01 EDL REVISION & DATE: 8 / 19 MAR 2025 MDC CODE: W9J IM NAME: ANDERSON, JOSEPH M.

Deadline: 7/16/2026
Posted: 7/16/2025
Special NoticeNAICS: 336412.0

Artificial Intelligence Integration Center (AI2C) - Broad Agency Announcement (BAA)

Updated Attachment to reflect the new submissions email address. The email is changed from ai2c_baa_submissions@army.mil to usarmy.pittsburgh-pa.futures-cmd.mbx.ai2c-baa-submissions@army.mil. Updated Attachment to reflect a change to page 40, removing the incorrect HRPO and to highlight the email address for submissions, ai2c_baa_submissions@army.mil throughout the attachment. Updated Attachment to reflect title change from W52P1J-23-B-AI2C to W519TC-24-S-AI2C. See attached BAA for full details. This Broad Agency Announcement (BAA), for the Army Artificial Intelligence Integration Center (AI2C), is issued under the provisions of paragraph 6.102(d)(2) and 35.016 of the Federal Acquisition Regulation (FAR), which provides for the acquisition of basic, applied, and advanced research and that part of development not related to the development of a specific system or hardware procurement. This will be done through the competitive selection of proposals, and 10 U.S.C. 4001, 10 U.S.C. 4021, and 10 U.S.C. 4022, which provide the authorities for issuing awards under this announcement for basic, applied, and advanced research. Proposals submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provisions of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. The Army Artificial Intelligence Integration Center (AI2C) is seeking artificial intelligence research and development whitepapers and proposals in support of new technologies and translational research-based approaches that support the identification, alignment, and exploitation of basic, applied, and advanced research. This BAA may be used to award FAR based instruments (e.g., procurement agreements) or instruments not subject to the FAR (e.g., grants, Cooperative Agreements, Technology Investment Agreements, and Other Transactions). Those instruments not subject to the FAR may be referred to as Assistance Agreements in this BAA. AI2C will consider a wide range of funding constructs which might include, but are not limited to, Government funding, cost sharing, in-kind labor or facility sharing by all parties, or any other allowable mechanism. Applicants may propose cost sharing approaches, but they are not required. AI2C envisions opportunities to engage in other types of collaboration agreements where no funds are exchanged, such as Cooperative Research and Development Agreements (CRADAs) which are negotiated separately from this BAA. To be eligible for an award under this announcement, a prospective awardee must meet certain minimum standards pertaining to financial resources and responsibility, ability to comply with the performance schedule, past performance, integrity, experience, technical capabilities, operational controls, and facilities. In accordance with Federal statutes, regulations, and Department of Defense (DoD) and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. Areas of Interest 1. Autonomous Platforms The Army is interested in research in autonomous ground and air vehicles, which must operate in open, urban, and cluttered environments. Robotics and autonomous systems regardless of their missions require similar concepts and technologies including: Ability to move in cluttered, irregular, urban, and underground environments. Ability to move effectively in contested environments and survive attacks. Technologies to enable low electromagnetic and physical profiles. Architectures to enable autonomous learning and adaptation under dynamic conditions. Sensing methods to detect obscured and small targets and to characterize terrain obstacles. Autonomous ground and air structures, propulsion, and mobility components. Technologies to significantly reduce logistical burdens and/or make them autonomous. Ability to have multiple land and air-based platforms collaborate to accomplish complex goals autonomously. 2. Artificial Intelligence and Machine Learning Algorithms (AI/ML) The Army is interested in core algorithmic improvements such as: Scaling machine learning methods to operate on larger data sets in shorter periods of time and/or with reduced computation, memory, and/or power requirements. Improving the data efficiency of learning algorithms (e.g., low-shot, zero- shot learning). Developing foundation models across multiple modalities such as language, vision, and segmentation. Adapting existing foundation models to novel tasks. Improving methods for collecting, labeling, managing, and tracking data and the models learned from them. 3. AI/ML Decision Support The Army is interested in research on AI algorithms and systems to improve decision making across all echelons including: Core reinforcement learning, game theoretic, optimal control algorithms. Algorithms for improved online, operational decision making. Algorithms for improved offline strategic planning including tactics and portfolio optimization of assets. Algorithms for increased autonomy and speed in decision making. 4. Human-AI Integration The Army is interested in AI/ML research in areas which can reduce the cognitive burden on humans and improve overall performance through human-machine integration. AI/ML research is needed in areas such as: Speech and language algorithms that support more efficient human-machine integration. Algorithms that raise the level of autonomy in systems (i.e., increase the number and size of tasks that can be accomplished without human input and/or reduce the level of details required in human commands to machines). Methods to process and summarize large amounts of data for human analysis. Robust and rigorous methods for evaluating the outputs of complex AI systems. Methods for understanding and explaining AI/ML results and the uncertainty of those results. Understanding the impacts of AI/ML on human decision making. Ethical considerations for human-machine integrated formations in high risk and complex environments. Quantitative approaches to measure ethical compliance of AI systems. Methods to train users and developers at various technical skill-levels to interact and use AI and ML more effectively. Techniques to investigate human and non-human behavior and interactions in various online social settings. 5. Synthetic Environments The Army is interested in research that enables improved situational awareness and the visualization and navigation of large data sets to enhance operational activities and training and readiness. Research is needed in the visualization of data in following areas: Novel visualization and synthetic environment approaches to enable improved training Synthetic environments and networked instrumentation approaches for virtual-live validation of concepts and prototypes 6. Distributed AI The Army is interested in effectively leveraging modern AI and ML techniques for both enterprise and tactical applications. Research is needed in the areas related to the following: Methods for governing a large portfolio of distributed ML models. Algorithms for efficiently leveraging hardware across a large, heterogeneous network of enterprise and tactical computer systems for various AI and ML tasks. Methods for effective multi-agent collaboration and multi-agent systems. Techniques to attack and compromise AI and ML systems. Techniques and best practices for defending AI and ML models and infrastructure from attacks. Improve ML performance of inference and training on small, rugged edge devices. Cyber protection technologies, methodologies, and concepts to protect Army systems, especially in the context of distributed systems. 7. Underpinning Methodologies The Army is interested in methodologies, frameworks, tools, facilities, techniques, and experimentation concepts, which underpin and enable advanced research and development, including those which enhance the following: Collection, standardization, transformation, and maintenance of data to focus research and validate concepts. Rapid modeling, development, and assessment of technologies across widely distributed research teams. Integrate innovative technology applications into current or future warfighting systems, applications, and analysis systems to assess the potential operational effectiveness of novel new technology elements. Frameworks that integrate testing and evaluation into the artificial intelligence workflow. 8. Special Topics As a part of this BAA, AI2C will post specific areas with strong potential for funding as an amendment to this BAA on SAM.gov. These topics will generally have clear deadlines for submission and may have other specific preparation guidelines.

Deadline: 7/16/2026
Posted: 7/31/2025
Special Notice

Artificial Intelligence Integration Center (AI2C) - Broad Agency Announcement (BAA)

Updated Attachment to add Army Research Risk Assessment Program (g) to Criteria for Selection under Review and Selection Process (2) on page 32. See attached BAA for full details. Updated Attachment to reflect the new submissions email address. The email is changed from ai2c_baa_submissions@army.mil to usarmy.pittsburgh-pa.futures-cmd.mbx.ai2c-baa-submissions@army.mil. Updated Attachment to reflect a change to page 40, removing the incorrect HRPO and to highlight the email address for submissions, ai2c_baa_submissions@army.mil throughout the attachment. Updated Attachment to reflect title change from W52P1J-23-B-AI2C to W519TC-24-S-AI2C. See attached BAA for full details. This Broad Agency Announcement (BAA), for the Army Artificial Intelligence Integration Center (AI2C), is issued under the provisions of paragraph 6.102(d)(2) and 35.016 of the Federal Acquisition Regulation (FAR), which provides for the acquisition of basic, applied, and advanced research and that part of development not related to the development of a specific system or hardware procurement. This will be done through the competitive selection of proposals, and 10 U.S.C. 4001, 10 U.S.C. 4021, and 10 U.S.C. 4022, which provide the authorities for issuing awards under this announcement for basic, applied, and advanced research. Proposals submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provisions of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. The Army Artificial Intelligence Integration Center (AI2C) is seeking artificial intelligence research and development whitepapers and proposals in support of new technologies and translational research-based approaches that support the identification, alignment, and exploitation of basic, applied, and advanced research. This BAA may be used to award FAR based instruments (e.g., procurement agreements) or instruments not subject to the FAR (e.g., grants, Cooperative Agreements, Technology Investment Agreements, and Other Transactions). Those instruments not subject to the FAR may be referred to as Assistance Agreements in this BAA. AI2C will consider a wide range of funding constructs which might include, but are not limited to, Government funding, cost sharing, in-kind labor or facility sharing by all parties, or any other allowable mechanism. Applicants may propose cost sharing approaches, but they are not required. AI2C envisions opportunities to engage in other types of collaboration agreements where no funds are exchanged, such as Cooperative Research and Development Agreements (CRADAs) which are negotiated separately from this BAA. To be eligible for an award under this announcement, a prospective awardee must meet certain minimum standards pertaining to financial resources and responsibility, ability to comply with the performance schedule, past performance, integrity, experience, technical capabilities, operational controls, and facilities. In accordance with Federal statutes, regulations, and Department of Defense (DoD) and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. Areas of Interest 1. Autonomous Platforms The Army is interested in research in autonomous ground and air vehicles, which must operate in open, urban, and cluttered environments. Robotics and autonomous systems regardless of their missions require similar concepts and technologies including: Ability to move in cluttered, irregular, urban, and underground environments. Ability to move effectively in contested environments and survive attacks. Technologies to enable low electromagnetic and physical profiles. Architectures to enable autonomous learning and adaptation under dynamic conditions. Sensing methods to detect obscured and small targets and to characterize terrain obstacles. Autonomous ground and air structures, propulsion, and mobility components. Technologies to significantly reduce logistical burdens and/or make them autonomous. Ability to have multiple land and air-based platforms collaborate to accomplish complex goals autonomously. 2. Artificial Intelligence and Machine Learning Algorithms (AI/ML) The Army is interested in core algorithmic improvements such as: Scaling machine learning methods to operate on larger data sets in shorter periods of time and/or with reduced computation, memory, and/or power requirements. Improving the data efficiency of learning algorithms (e.g., low-shot, zero- shot learning). Developing foundation models across multiple modalities such as language, vision, and segmentation. Adapting existing foundation models to novel tasks. Improving methods for collecting, labeling, managing, and tracking data and the models learned from them. 3. AI/ML Decision Support The Army is interested in research on AI algorithms and systems to improve decision making across all echelons including: Core reinforcement learning, game theoretic, optimal control algorithms. Algorithms for improved online, operational decision making. Algorithms for improved offline strategic planning including tactics and portfolio optimization of assets. Algorithms for increased autonomy and speed in decision making. 4. Human-AI Integration The Army is interested in AI/ML research in areas which can reduce the cognitive burden on humans and improve overall performance through human-machine integration. AI/ML research is needed in areas such as: Speech and language algorithms that support more efficient human-machine integration. Algorithms that raise the level of autonomy in systems (i.e., increase the number and size of tasks that can be accomplished without human input and/or reduce the level of details required in human commands to machines). Methods to process and summarize large amounts of data for human analysis. Robust and rigorous methods for evaluating the outputs of complex AI systems. Methods for understanding and explaining AI/ML results and the uncertainty of those results. Understanding the impacts of AI/ML on human decision making. Ethical considerations for human-machine integrated formations in high risk and complex environments. Quantitative approaches to measure ethical compliance of AI systems. Methods to train users and developers at various technical skill-levels to interact and use AI and ML more effectively. Techniques to investigate human and non-human behavior and interactions in various online social settings. 5. Synthetic Environments The Army is interested in research that enables improved situational awareness and the visualization and navigation of large data sets to enhance operational activities and training and readiness. Research is needed in the visualization of data in following areas: Novel visualization and synthetic environment approaches to enable improved training Synthetic environments and networked instrumentation approaches for virtual-live validation of concepts and prototypes 6. Distributed AI The Army is interested in effectively leveraging modern AI and ML techniques for both enterprise and tactical applications. Research is needed in the areas related to the following: Methods for governing a large portfolio of distributed ML models. Algorithms for efficiently leveraging hardware across a large, heterogeneous network of enterprise and tactical computer systems for various AI and ML tasks. Methods for effective multi-agent collaboration and multi-agent systems. Techniques to attack and compromise AI and ML systems. Techniques and best practices for defending AI and ML models and infrastructure from attacks. Improve ML performance of inference and training on small, rugged edge devices. Cyber protection technologies, methodologies, and concepts to protect Army systems, especially in the context of distributed systems. 7. Underpinning Methodologies The Army is interested in methodologies, frameworks, tools, facilities, techniques, and experimentation concepts, which underpin and enable advanced research and development, including those which enhance the following: Collection, standardization, transformation, and maintenance of data to focus research and validate concepts. Rapid modeling, development, and assessment of technologies across widely distributed research teams. Integrate innovative technology applications into current or future warfighting systems, applications, and analysis systems to assess the potential operational effectiveness of novel new technology elements. Frameworks that integrate testing and evaluation into the artificial intelligence workflow. 8. Special Topics As a part of this BAA, AI2C will post specific areas with strong potential for funding as an amendment to this BAA on SAM.gov. These topics will generally have clear deadlines for submission and may have other specific preparation guidelines.

Deadline: 7/16/2026
Posted: 7/31/2025
Special NoticeNAICS: None

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Boosting Quantum Communication Efficiency (LEW-TOPS-178)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: NASA’s new source array may help revolutionize quantum communication by addressing a fundamental challenge: the unwanted production of multiple entangled photon pairs that introduce noise and degrade transmission. This innovative quantum entanglement source array generates single pairs of entangled photons at a very high rate while inhibiting the production of multiple pairs. By eliminating excess photon pairs, the new source array significantly reduces noise in quantum systems, increasing the successful qubit transmission rate by a factor of 10 to 100. This breakthrough paves the way for more efficient and reliable quantum networks, supporting secure communication, sensor arrays, and quantum computer networks. As the quantum technology sector rapidly expands, the new source array offers a crucial advantage for companies looking to lead in quantum communications, with potential applications in cybersecurity, finance, and advanced computing. By addressing a key limitation in current photon sources, the source array positions itself as a cornerstone for the future of quantum information transmission. This NASA Technology is available for your company to license and develop into a commercial product. NASA does not manufacture products for commercial sale. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/LEW-TOPS-178 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 9/8/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Optical De-Multiplexing Method for QKD Encryption (LEW-TOPS-163)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: NASA inventors have developed a space-and-wave (SAW) division method to de-multiplex low energy quantum key distribution (QKD) photons from high energy free space optical transmissions. The method exploits available double-clad fiber optic cable with 9um core fiber diameter and 105um 1st cladding outer diameter. By optimizing wavelengths used for QKD photon and data transmission (wave division), a focusing lens can be used to create a diffraction pattern that focuses QKD photons on the core and the higher energy signal onto the 1st cladding (spatial division). The SAW method enables de-multiplexing of simultaneously transmitted optical data and built-in photonic QKD encryption keys. The method was developed by NASA to send and receive encryption keys using weak coherent pulsed light rather than entangled photons; it can be applied to the encryption of any free space optical communications. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/LEW-TOPS-163 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 9/8/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Plasma Processing of Water and Inedible Biomass for pH Control and Nutrient Recycling (KSC-TOPS-94)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Researchers at Kennedy Space Center have developed a technology that generates plasma activated water in pH ranges that allow for the addition of nitrates and other nutrients to the water while maintaining a healthy pH for plants. A plasma torch is used to treat inedible biomass, generating ash containing nutrients useful for plant growth. The same plasma torch is also used to treat water, which results in the formation of nitric acid that lowers the pH of the water. Adding the plasma generated ash to the plasma treated water can balance the pH of the water to make it suitable for plant growth while simultaneously adding nutrients recycled from the inedible biomass to further enhance plant development. Plasma treatment of water to high and low pH extremes can also be used for sanitation purposes, causing pH shock to undesired organisms. The uniqueness of this process is the adjustability of the pH with one system. The same plasma system can be used to treat both the water and the biomass. Additionally, the technology can be used as an on-demand, point-of-use method for producing nitric acid. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/KSC-TOPS-94 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 9/8/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Coil-On-Plug Igniter for Reliable Engine Starts (MSF-TOPS-105)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Innovators at NASA Johnson Space Center have developed a coil-on-plug ignition system for integrated liquid oxygen (LOX)/liquid methane (LCH4) thermal-vacuum environment propulsion systems operating in a thermal vacuum environment. The innovation will help quell corona discharge issues and reduce overall mass. Corona discharge represents a local region surrounding a high-voltage conductor where air has undergone an electrical breakdown and become conductive due to ionization, allowing a charge to leak off the conductor and cause a possible malfunction. NASA worked with commercial vendors to modify off-the-shelf automotive coil-on-plug spark plug systems for use with LOX/LCH4 igniters. The coil-on-plug configuration eliminates the bulky standalone coil-pack and conventional high-voltage spark plug cable by combining the coil and the spark plug into a single component. The test campaign successfully proved that coil-on-plug technology can enable integrated LOX/methane propulsion systems in future spacecraft. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/MSC-TOPS-105 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 8/27/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Capacitive Micro-Gravity Fluid Mass Gauge (KSC-TOPS-96)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Measuring fluid mass in micro gravity, where fluid behavior is dominated by fluid properties, is a challenging problem. To address this problem engineers at NASA are developing a capacitance-based, mass-fraction gauge for vessels containing two-phase fluids. The vessel volume is enclosed with an array of electrodes, and a unique set of capacitance measurements of the enclosed volume are made between the electrodes. The capacitance measurements are scaled with appropriate weighting factors derived from Laplace's Equation to compensate for the highly non-uniform electric fields inside the measurement volume and achieve a greater level of mass fraction accuracy. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/KSC-TOPS-96 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 9/8/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Passive Nutrient Delivery System (PONDS) (KSC-TOPS-81)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Reliable seed germination and plant production requires an environment that is neither too dry nor too wet. PONDS was developed to improve water and nutrient delivery for plants grown on the International Space Station (ISS). The technology uses an innovative wicking material to passively link a water/nutrient reservoir to a growth cylinder where seeds are germinated and plants are produced. PONDS addresses limitations with existing ISS plant-production technology by providing consistent delivery of water/nutrients, improving oxygen transfer to plants, and allowing users to determine how much water is being applied. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/KSC-TOPS-81 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 9/8/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Coil-On-Plug Igniter for Reliable Engine Starts (MSC-TOPS-105)

9/08/2025 - Updated title to reflect correct TOPS # MSC-TOPS-105 rather than TOPS # MSF-TOPS-105 ____________________________________________________________________ NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Innovators at NASA Johnson Space Center have developed a coil-on-plug ignition system for integrated liquid oxygen (LOX)/liquid methane (LCH4) thermal-vacuum environment propulsion systems operating in a thermal vacuum environment. The innovation will help quell corona discharge issues and reduce overall mass. Corona discharge represents a local region surrounding a high-voltage conductor where air has undergone an electrical breakdown and become conductive due to ionization, allowing a charge to leak off the conductor and cause a possible malfunction. NASA worked with commercial vendors to modify off-the-shelf automotive coil-on-plug spark plug systems for use with LOX/LCH4 igniters. The coil-on-plug configuration eliminates the bulky standalone coil-pack and conventional high-voltage spark plug cable by combining the coil and the spark plug into a single component. The test campaign successfully proved that coil-on-plug technology can enable integrated LOX/methane propulsion systems in future spacecraft. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/MSC-TOPS-105 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 9/8/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Multi-Link Spherical Joint (MSC-TOPS-109)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Innovators at NASA Johnson Space Center have designed a spherical joint which allows up to six linearly actuated links or attachments to rotate about a co-located center. Originally designed to provide joint flexibility necessary for a variable geometry truss system, the new spherical joint also allows power and data lines to pass through it without the lines being subjected to structural forces. This technology can be key for creating a deployable, variable geometry truss system, with a compact form factor that can reduce payload volume within the confines of a launch or other transport vehicle. Typically, flexible truss systems rely on joints where each of the links do not rotate around the same point, creating instability in the joints and the entire structure. The Multi-Link Spherical Joint removes those instabilities, allowing for a durable and adaptable technology with multiple space and terrestrial applications. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/MSC-TOPS-109 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 8/27/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Passive Porous Tube Nutrient Delivery System (KSC-TOPS-73)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: A primary challenge to growing plants in microgravity is the delivery of adequate air, water and nutrients to a plant's roots. Microgravity alters convection and thus the behavior of root zone aeration which plants are evolutionarily reliant upon to grow. Current nutrient delivery techniques proposed for space involve the use of a medium for the roots to penetrate, such as arcilite, and power or frequent astronaut intervention is typically required to actively pump water to the roots. When water is actively pumped to the roots, the user must carefully calibrate the amount of water and nutrients being pumped in order to prevent over- or under watering that could inhibit plant growth. The current watering technique on the International Space Station using the Vegetable Production System (Veggie) frequently requires astronauts to manually pump water into the pillows with a syringe to sustain the plants. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/KSC-TOPS-73 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 9/8/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Portable Microscope (MSC-TOPS-131)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Innovators at NASA Johnson Space Center have developed a handheld digital microscope to fill the critical microscopy needs of human space exploration by providing flight crews in situ hematological diagnostic and tracking ability to assess and monitor crew health in the absence of gravity. Although currently in use aboard the International Space Station (ISS) to work in conjunction with NASA’s handheld slide staining system, the microscope may have numerous applications here on Earth. The microscope is entirely self-contained, and includes optics, illumination, high-resolution imaging hardware, wireless enabled single board computer with scalable power and memory, and rechargeable battery. The microscope also acts as an internet access point and connects via Bluetooth to smart devices for wireless image transfer and remote control. The microscope is durable enough to support field use while providing submicron imaging that would typically necessitate the use of larger more expensive benchtop microscopes. Cost of manufacturing the microscope may be relatively inexpensive through the utilization of 3D-printed components, and COTS hardware such as interchangeable microscope objectives. The handheld digital microscope is at technology readiness level (TRL) 8 (actual system completed and "flight qualified" through test and demonstration), and is now available to license. NASA does not manufacture products for commercial sale. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/MSC-TOPS-131 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 8/27/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Enhanced Software Suite Maximizes Non-Destructive Evaluation (NDE) Methods (MSC-TOPS-34)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Researchers at NASA Johnson Space Center have developed novel techniques for post-processing of flash infrared (IR) thermography data, providing efficient and cost-effective enhancements to Non-Destructive Evaluation (NDE) of structures for numerous applications. Compatible with commercial IR thermography products, this suite of tools provides both quantitative and qualitative data analysis capabilities and reliable detection and characterization of anomalies in composite and some metallic hardware. By adding the Transient Thermography method, which is able to detect flaws on thicker parts faster than other methods, and the Lock-in Thermography method, which uses a sinusoidal power cycle to provide better flaw resolution, the Flash Thermography NDE Technology Suite has expanded its applicability to other commonly used infrared thermography techniques, enhancing operator accuracy and efficiency. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/MSC-TOPS-34 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 8/27/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Secure Optical Quantum Communications (LEW-TOPS-108)

Synopsis: NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: NASA's Glenn Research Center has developed a method of using entangled-photon pairs to produce highly secure mobile communications that require mere milliwatts of power. Conventional gas Argon-ion laser sources are too large, expensive, and power-intensive to use in portable applications. By contrast, Glenn's patented optical quantum communication method produces entangled-photon pairs approximately a million times more efficiently than conventional sources, in a system that is small and light enough to be portable. Furthermore, because this method transmits digital information by detecting small temporal shifts between entangled photons, its superior signal-to-noise ratio facilitates highly secure communications in very noisy free space and fiber-optic environments. Originally developed for micro-robots used for deep space exploration, this technology represents a breakthrough for a wide variety of terrestrial, scientific, military, and other field-deployable applications including fiber-optic and satellite communications. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/LEW-TOPS-108 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 9/8/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: RFID Range Extension and Priority Data Forwarding (MSC-TOPS-128)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Innovators at NASA Johnson Space Center have developed an adaptable Radio Frequency Identification (RFID) system that optimizes transmission for priority data as targets move in and out of passive coverage areas. The method extends the range, and reduces data latency, of ultra-low power battery-assisted passive (BAP) RFID sensor tags, improving previously developed store-and-forward techniques to support autonomous operations in complex environments where RFID interrogator access may be strained. This RFID sensor tag technology normally operates in a low-to-no-power mode, collecting data until triggered by a critical event that activates an emergency mode of operation. Once triggered, the tag’s RFID range is boosted using the BAP RFID device’s onboard power supply. This allows RFID application programmers to sacrifice battery life for reduced latency for high priority sensing applications such as the technology’s original intention to monitor for life-threatening CO2 levels in spacecraft cabins. Range Extension and Priority Handling for Wearable, Ubiquitous RFID enabled Sensing is at technology readiness level (TRL) 4 (component performance has been validated in a lab setting) and is now available for licensing. Please note that NASA does not manufacture products itself for commercial sale. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/MSC-TOPS-128 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 8/26/2025
Special NoticeNAICS: 927110.0

TECHNOLOGY TRANSFER LICENSING OPPORTUNITY: Triggering Li-ion Battery Cells with Laser Radiation (MSC-TOPS-99)

NASA’s Technology Transfer Program solicits inquiries from companies interested in obtaining license rights to commercialize, manufacture and market the following technology. License rights may be issued on an exclusive or nonexclusive basis and may include specific fields of use. NASA provides no funding in conjunction with these potential licenses. THE TECHNOLOGY: Innovators at NASA Johnson Space Center have developed a high-powered infrared (IR) laser that can trigger Li-ion battery cells into thermal runaway (TR) without perforating the battery’s can wall like previous methods. Inducing TR in a battery cell allows engineers to test and improve the safety performance of overheated batteries that can potentially catch fire or explode. The primary advantage of this method is the heat energy delivered by the laser can be localized to the exact target spot on the battery cell minimizing thermal biasing to adjacent cells. This laser method does not require any internal modification of the test subject cell design nor require patch heating to trigger a short-circuit. Triggering Li-ion Cells with Laser Radiation could work on any commercial battery cell design with only exterior surface treatment required, which can be done by the user. To express interest in this licensing opportunity, please submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) by visiting https://technology.nasa.gov/patent/MSC-TOPS-99 If you have any questions, please e-mail NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov with the title of this Technology Transfer Opportunity as listed in this SAM.gov notice and your preferred contact information. For more information about licensing other NASA-developed technologies, please visit the NASA Technology Transfer Portal at https://technology.nasa.gov/. These responses are provided to members of NASA’s Technology Transfer Program for the purpose of promoting public awareness of NASA-developed technology products, and conducting preliminary market research to determine public interest in and potential for future licensing opportunities. No follow-on procurement is expected to result from responses to this Notice.

Deadline: 7/17/2026
Posted: 8/26/2025
Special NoticeNAICS: 927110.0

FD2020-21-00519-00

1650016428153LE CYLINDER ASSEMBLY

Deadline: 7/19/2026
Posted: 7/19/2021
Special NoticeNAICS: None

FD2020-21-01064

2835-01-033-8955RP SWITCH ASSEMBLY,TWO

Deadline: 7/19/2026
Posted: 7/19/2021
Special Notice

General Hardware (M Department) Master BPA

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 332216, FSC code 5120, Handtools, nonedged, nonpowered. This notice is being sent for the “General Hardware” category. This General Hardware category is for The Energetics Manufacturing Department (Code M), but not limited from other departments, at Naval Surface Warfare Center Indian Head Division (NSWC IHD), BPA Calls will not exceed the Simplified Acquisition Threshold. Interested companies must (have/include): Documentation addressing the performance work statement (attached to this posting). Complete and return the price list (attached to this posting). Complete and return fill in clauses in the RFQ (attached to this posting). Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://wawf.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov/SAM/). ITAR Certification- Procurements under these BPA Masters include unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Important Notes: *This is a small business set-aside however, large businesses will be considered for other opportunities. If you possess a GSA contract please note your GSA contract number in your response. *Vendors who are found to have technical merit will be issued a Master BPA to be able to bid on future requirements. *Items on the price list include drawing numbers. Please provide your best estimate based on your work history. Drawings will not be provided for price list. Drawings will be provided at the call level with future requirements. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Sarah Hayden, at sarah.n.hayden3.civ@us.navy.mil Dr. David Greaves, at david.greaves@navy.mil Marlene Ridgell, at marlene.l.ridgell.civ@us.navy.mil Nicholas Zalewski, at nicholas.r.zalewski.civ@us.navy.mil

Deadline: 7/19/2026
Posted: 7/20/2021
Combined Synopsis/SolicitationNAICS: 332216.0

FD2020-21-01065

1260-01-469-6512WF DISPLAY,MULTIFUNTIO

Deadline: 7/20/2026
Posted: 7/20/2021
Special NoticeNAICS: None

FD2020-21-00830

NSNS: 1560-01-228-3678FJ AND 1560-01-522-2407FJ P/N'S: 160D611632-5 AND 160D611632-6 NOUN: FLAP TRACK ASSEMBLY

Deadline: 7/20/2026
Posted: 7/20/2021
Special NoticeNAICS: None

FD2020-21-01044

5998-01-322-7746WF ELECTRONIC COMPONENT

Deadline: 7/20/2026
Posted: 7/20/2021
Special NoticeNAICS: None

FD2020-21-01082

5985011765353QX ANTENNA SUBASSEMBLY 161 IMAGES

Deadline: 7/21/2026
Posted: 7/22/2021
Special Notice

FD2020-21-01079

NSN: 5306016428613LE NOUN: BOLT,MACHINE P/N: 201416427-01

Deadline: 7/21/2026
Posted: 7/21/2021
Special NoticeNAICS: None

FD2030-25-02088

NSN: 2840-01-545-4839NZ NOUN: SUPPORT, TURBINE NOZ. TOP DRAWING: 4088292 EDL REVISION & DATE: 10 / 24 AUG 2022 MDC CODE: WCA IM NAME: ANDERSON, JOSEPH M.

Deadline: 7/21/2026
Posted: 7/21/2025
Special NoticeNAICS: 336412.0

USCGC TERRELL HORNE DS FY26

USCGC TERRELL HORNE DOCKSIDE REPAIRS FY26

Deadline: 7/21/2026
Posted: 9/3/2025
RFINAICS: 336611.0

FD2020-21-01033

NSN: 3120015095197LE NOUN: BEARING,SLEEVE P/N: KPD328Y-10-020C

Deadline: 7/22/2026
Posted: 7/22/2021
Special NoticeNAICS: None

FD2030-26-00110

NSN: 2840-01-146-9390PR NOUN: SUPPORT, AUGMENTOR C. TOP DRAWING: 9969M75P13 EDL REVISION & DATE: 5 / 22 JUL 2025 MDC CODE: AAB IM NAME: AMARTEY, EUGENE A.

Deadline: 7/22/2026
Posted: 7/22/2025
Special NoticeNAICS: 336412.0

Intermediate Cold Weather Boot

Solicitation: SPE1C1-25-R-ICWB Synopsis Item: Boot, Intermediate Cold Weather PGC: 03994 Lead NSN(s): 8430-01-675-0993(s) DLA Troop Support has a requirement for Boot, Men’s, Combat, Intermediate Cold Weather (PGC 03994). The Boot shall be manufactured in accordance with Product Description GL-PD-13-01, Dated 11 April 2013. See the Attached Documents.

Deadline: 7/22/2026
Posted: 7/22/2025
PresolicitationNAICS: 316210.0
Page 15 of 55