Federal Contract Opportunities
Showing 751-800 of 2,702 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2020-21-01086-00
1620-01-053-9307LE PISTON,LANDING GEAR
FD2030-25-01842
NSN: 2840-01-455-9138NZ NOUN: LINER, AUGMENTOR COM TOP DRAWING: 4084791 EDL REVISION & DATE: 20 / 20 APR 2022 MDC CODE: WAB=LP IM NAME: DINH, VIVIAN U.
FD2030-24-02756
NSN: 1560-01-225-1800EK NOUN: LEADING EDGE, AIRCRA TOP DRAWING: L2102002-001 EDL REVISION & DATE: 3 / 12 MAR 2024 MDC: ZQC IM NAME: BROWN, PERRY L
FD2030-24-02764B
NSN: 1560-01-274-9594EK NOUN: PANEL, STRUCTURE, AI TOP DRAWING: L2104776-01 EDL REVISION & DATE: 6 / 16 APR 2024 MDC: ZQC IM NAME: BROWN, PERRY L
FD2030-24-02763A
NSN: 1560-01-166-1135EK NOUN: TRAILING EDGE AIRCR TOP DRAWING: L21000164-021 EDL REVISION & DATE: 6 / 26 SEP 2024 MDC: ZQC IM NAME: BROWN, PERRY L
FD2030-24-02764D
NSN: 1560-01-502-4597 NOUN: TIP, AIRCRAFT TOP DRAWING: L2100204-021 EDL REVISION & DATE: 4 / 12 MAR 2024 MDC: ZQC IM NAME: BROWN, PERRY L
FD2030-24-02762G
NSN: 1560-010548-5077EK NOUN: TRAILING EDGE AIRCR TOP DRAWING: L2100164-022 EDL REVISION & DATE: 2 / 12 MAR 2024 MDC: ZQC IM NAME: BROWN, PERRY L
FD2030-24-02758F
NSN: 1560-01-274-9594EK NOUN: PANEL, STRUCTURAL, AI TOP DRAWING: L2104776-01 EDL REVISION & DATE: 6 / 16 APR 2024 MDC: ZQC IM NAME: BROWN, PERRY L
FD2030-24-02764C
NSN: 1560-01-502-4597EK NOUN: TIP, AIRCRAFT TOP DRAWING: L2100204-021 EDL REVISION & DATE: 4 / 12 MAR 2024 MDC:ZQC IM NAME: BROWN, PERRY L
FD2030-24-02076
NSN: 6645-01-398-9100RK NOUN: CLOCK, PANEL TOP DRAWING: PD89MME-637(-3)NVIS EDL REVISION & DATE: 4 / 09 APR 2024 MDC CODE: NLH IM NAME: HANSON-WHEELER, JERRI L.
FD2020-22-00947
1650012707696WF HYDRAULIC PUMP COVER 3 IMAGES
FD2030-06-00106
NSN: 1650-01-052-0916 NOUN: CYLINDER ASSEMBLY, A TOP DRAWING: 5680-3 EDL REVISION & DATE: 12 / 24 JUL 2025 MDC CODE: EFB IM NAME: EVERHEART, KYLIE C.
PURCHASE ANNUNCIATOR, MAST WA; LIGHTED PANELS; PUSH BUTTON, LIGHTED.
Action Code: N/A Date: 07/17/2025 Year: 2025 Contracting Office Zip Code: 27909-5001 Classification Code: 16 – AIRCRAFT COMPONENTS & ACCESSORIES Product Service Code (PSC) : 6340 NAICS Code: 336413 Contracting Office Address: USCG, ALC, MRS, Elizabeth City, NC Subject: Purchase of Spare Parts for the HC-144 Aircraft Proposed Solicitation Number: 70Z03825QL0000123 Closing Response Date: 07/25/2025 Primary Point of Contact: Debra W. Heath Contract Award and Solicitation Number: To be assigned at time of award / 70Z03825QL0000123 Contract Award Dollar Amount: TBD Contract Line Item Numbers: 3 Contract Award Date: Estimate: TBD Contractor: TBD Description: Purchase of Spare Parts for the HC-144 Aircraft Place of Contract Performance: TBD Set-aside Status: Unrestricted NOTICE OF INTENT TO AWARD TO SOLE SOURCE This Special Notice constitutes the only solicitation. A written solicitation will not be issued. Solicitation Number 70Z03825QL0000123 is issued as a Special Notice of Intent to Award to AIRBUS DS MILITARY AIRCRAFT, INC (Cage Code 0DAF1), 8100 AIRBUS MILITARY DRIVE MOBILE, AL 36608-3110 for the purchase of Two (2) Annunciator, Mast WA; Three (3) Lighted Panel IFF; Three (3) Push Button, Lighted. In support of the HC-144 Aircraft Vendors may quote on the following NSN Nomenclature Part Number QTY 6340-HS3-7754 Annunciator, Mast WA GRB75-3A-E3-6-2-INVG* 2 1680-01-HS3-3934 Lighted Panel, IFF SC410834A 3 5930-01-HS3-1022 Push Button, Lighted 110VF+100F21KJBZR 3 All items must have clear traceability to the Original Equipment Manufacturer (OEM), for Line Item 1,2 & 3, AIRBUS DS MILITARY AIRCRAFT, INC (Cage Code 0117B); Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. Incorporated provisions and clauses are those in effect through FAC 2025-04 Effective June 11, 2025. The applicable North American Industry Classification Standard (NAICS) Code is 6610. The small business size standard is 1,250 employees. The following attachments apply to this solicitation: Attachment A – Terms and Conditions Attachment B – Redacted Justification for Other Than Full and Open Competition It is anticipated that a Sole Source Purchase Order will be awarded as a result of this notice pending the availability of funds. It is the Government’s belief that AIRBUS DS MILITARY AIRCRAFT, INC only has the required proprietary technical and engineering data to provide the purchase of Two (2) Annunciator, Mast WA; Three (3) Lighted Panel IFF; Three (3) Push Button, Lighted. Concerns having the expertise and required capabilities to provide these parts are invited to submit complete information discussing the same within ten (10) calendar days from this posting. Vendors who do not meet the capability requirement will not be considered. The notice of intent will not be extended or the award delayed for a vendor to submit their data for capability determination or for registration in SAM.gov. Please note: Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted, shipping terms of Ex Works (EXW) will not be accepted. The closing date for this intent to award notice is 07/25/2025 at 4:00 pm EST. Point of contact for this intent to award notice is Debra.w.heath@uscg.mil. Please indicate 70Z03825QL0000123 in the subject line.
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 25 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.
FD2020-21-01084
NSN: 1630009089999LE NOUN: VALVE,DUAL CONTROL P/N: 697397-3
FD2020-21-50067
NSN: 1377016668565ES P/N: K853824-01 NOUN: CORD ASSEMBLY,DETON
FD2020-21-01083
5985011765354QX ANTENNA SUBASSEMBLY 150 IMAGES
FD2020-21-00881-00
1630013383800XW ROTOR ASSEMBLY,DISC
Noun_VALVE,GATE_Application_KC-135_NSN_4820-00-780-3195_Part_Number_10-2446-3
See attached document.
FD2020-20-01325
NSN: 1620012615177LE NOUN: RETRACT ASSEMBLY P/N: 2007016-101
FD2020-23-00016
1420001726913AH COVER, ROCKET MOTOR 26 IMAGES
FD2020-21-01105
NSN: 4820003464324LE NOUN: VALVE,FLOW CONTROL P/N: 45780-1
FD2020-21-01114
4320011891410YP GOVERNOR, PUMP, PRESSURE 4 IMAGES
FD2030-25-00881
NSN: 1680-01-057-3391RK NOUN: RECEPTACLE ASSEMBLY TOP DRAWING: 16VP003-3 EDL REVISION & DATE: 5 / 14 SEP 2020 MDC CODE: EMF IM NAME: BURNETT, CHAD D.
FD2020-21-00861-01
NSN 1620-00-417-6249LE PISTON,LANDING GEAR
Brokerage Account Services
This overall notice will be open for a twelve-month period from the date of posting, unless otherwise revised or superseded by a subsequent version of the notice. Submission may be made at any point while the notice is open. Multiple agreements are anticipated and subject to change, dependent upon the priorities and relevance to DFC brokerage needs. It is anticipated that the notice may receive a large volume of submissions. Agreements may be made in the form of any appropriate contract type applicable. All agreements and subsequent transactions will be contingent upon the current program office capital planning strategy, and on-going need of brokerage accounts. The costs of preparing submissions to this notice, meetings and interactions with DFC personnel, and time/effort required for SAM.gov registration, are not considered allowable costs on any resulting agreement or subsequent transaction. SCOPE: DFC may hold or receive publicly traded securities as a result of its investment activities and is seeking the services of brokerage firms licensed to operate in various markets around the world. DFC is looking for brokerage firms that can facilitate the sales and trading of publicly traded securities (e.g. equity) and help settle transactions at DFC’s discretion. DFC has strong preference for experienced brokerages licensed to operate in emerging markets of Latin America, Southeast Asia, South Asia, Eastern Europe, and Africa. See attachment one for the current status of each region pool. REQUIREMENTS: Presence in one or more emerging markets. Immediate need is currently in India, Brazil, and Mexico valued. Please reference where DFC works. Licensed to operate in major stock exchanges or exchanges of interest to the DFC. Provide brokerage services for publicly traded securities. INSTRUCTIONS: Entities that would like to be considered to provide brokerage accounts at DFC, may make a submission at any time for consideration. All submissions must answer the below 1-9. Submissions will be reviewed and catalogued in an interested parties list. Submissions will be kept on file for the duration of the notice and disposed of at its expiration. When brokerage accounts for regions are required to support DFC mission, the interested parties list will be reviewed for the required region, and entities will be selected for an agreement on a best value basis for an award. Multiple agreements may be made for each region, based on agency need. Additionally, DFC may close region pools when the need is fulfilled. When selecting an entity for a transaction, all entities in the region pool will be considered. DFC may make selections outside of the region pool. All submissions should be made to michael.pasquella@dfc.gov. Offerors are expected to provide the requested information (below) as a part of their proposal: What brokerage services are offered (types of equity trades, block trades, etc.)? Please provide comprehensive list of services. If DFC required services are not provided directly by the applicant firm in certain countries/exchanges, the broker must provide list of local affiliates and partners including name of firm, country, services offered, and Assets Under Management (AUM) of each in USD. Provide the fee/commission structure/schedule for types of trades offered for up to five years. List countries and exchanges where the firm provides brokerage services. In demonstrating experience trading in emerging markets, list which markets the firm is most active in, and the average volume traded for each market. Do you have experience providing brokerage services to institutional investors such as: Multilateral Development Banks or Institutions (e.g. IBRD, IFC, ADB), Development Finance Institutions (e.g. EDFI members), Public Pension Funds, and/or Sovereign Wealth Funds? Please provide list of key current institutional investor clients/development finance institutions or examples. What are the types of investors most serviced by your firm (e.g. domestic retail, foreign institutional, long only funds, high frequency)? Provide a list of high-level financials in USD (e.g. Assets). Provide any additional detail, to include any terms and conditions required by the firm. Successful entities will be required to register and obtain a SAM.gov account prior to entering into an agreement. While the registration process is free, it can take a significant amount of time. Therefore, parties interested in a potential opportunity with DFC are encouraged to go to SAM.gov and begin registration at the earliest point possible.
FD2030-25-01972
NSN: 2935-01-202-5339 NOUN: COOLER, LUBRICATING TOP DRAWING: 8427707 EDL REVISION & DATE: 9 / 14 APR 2021 MDC CODE: EHK IM NAME: NGUYEN, NGUYEN N.
FD2030-26-00081
NSN: 1650-01-407-8979 NOUN: CYLINDER ASSEMBLY, A TOP DRAWING: 68A692511-1011 EDL REVISION & DATE: 7 / 22 JUL 2025 MDC CODE: EFA IM NAME: TOWLER, KENNITH D.
Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or obligation or commitment by the Government. Market research is conducted to determine the availability and capability of qualified businesses for the following service: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform all custodial service tasks and frequencies as described and defined in this Performance Work Statement (PWS), Part 5 Specific Tasks for General Cleaning. The work includes the following: cleaning restrooms and kitchens, removing trash and emptying recycle bins, cleaning windows, vacuuming and spot cleaning carpet, sweeping and mopping floors, buffing, dusting, scrubbing walls, cleaning upholstered furniture, and other associated work. The Contractor shall perform to the standards in this contract. Area is PTA which is located on the Island of Hawaii, Hawaii County, outside of Hilo, Hawaii in the high plateau between Mauna Loa, Mauna Kea and the Hualalai volcanic mountains. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 561720 Janitorial Services. The size standard for NAICS 561720 is $22.0 Million. The estimated start date is 01 Nov 2026. The Government is anticipating a term of base period of 01 Nov 2026 - 31 Oct 2027 plus 4 pre-priced 12 month option years. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size, business status, DUNs and Cage Code, a statement that your firm has similar past performance and experience in terms of the scope, magnitude, and dollar amount, Company's business size, and a description of same/similar services offered to the Government and to commercial industries. The Government will use this information in determining its set-aside decision. Interested firms are requested to provide the aforementioned information, along with interest and capability statements no later than 31 July 2025, 08:00 a.m. Hawaii Pacific Standard Time. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Interested vendors should submit their capability statement in writing, limited to three pages. The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1. A statement of interest in services contained herein 2. A synopsis of the contractor's capabilities and related experience, limited to three pages. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential vendors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, SAM, lack of registration in the System for Award Management (SAM) will make an vendors ineligible for contract award. NOTE: It is the responsibility of all potential vendors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Submissions to this notice may be emailed to Shirl Rivera, 413th Contracting Support Brigade at shirl.m.rivera.civ@army.mil no later than 08:00 a.m. Hawaii Pacific Time (HST) 31 July 2025. Submission shall include the subject line Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii). Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. Telephone requests or inquiries will not be accepted.
Performance Based Logistics (PBL) for Secondary and Ground-Based Auxiliary Power Systems
This solicitation is issued for a subsumable contract under the Honeywell International Inc. (Honeywell) Supplier Capability Contract (SCC) SPE4AX-22-D-0003. The purpose of this contract will be to provide Performance Based Logistics (PBL) support for availability of serviceable Secondary and Ground-Based Auxiliary Power Systems end items across multiple weapon systems that have been determined sole source to Honeywell International. This PBL effort integrates maintenance, supply management & material support, engineering & technical functions necessary to provide serviceable assets at a level of availability determined by the Air Force. This PBL will be a requirements-type contract with a 5-year basic ordering period and a 5-year option period. The total contract duration shall not exceed 10 years. The anticipated contract will be awarded on a Fixed Price (FFP) basis to Honeywell CAGE 99193. The terms and conditions of the basic SCC contract, SPE4AX-22-D-0003 apply to this contract and all orders placed under it.
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.
FD2030-25-01826
NSN: 6680-01-058-5862RK NOUN: INDICATOR, LIQUID QU TOP DRAWING: 695797-35 EDL REVISION & DATE: 3 / 28 APR 2025 MDC CODE: NLF IM NAME: WILEMAN, SANDRA G.
Steller Sea Lion Artificial Intelligence Image Processing and Counting Enhancement Effort
NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT STELLER SEA LION ARTIFICIAL INTELLIGENCE IMAGE PROCESSING AND COUNTING EFFORT National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS) hereby gives public notice of the intent to negotiate a sole-source contract pursuant to the authority of Federal Acquisition Requirements (FAR) 6.302-1(a)(2) and 41 USC 3304(a)(1), as the services required by the agency are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. Therefore, the government has established authority to seek services from Kitware, Inc. (Kitware) in finalizing previously contracted (1305M319CNFFS0029) AI models developed by Kitware, DIVE desktop (graphical user interface) GUI, and model and scripts to support the AI models within the VIAME framework. Specific details on the Alaska Fisheries Science Center, Marine Mammal Laboratory, Alaska Ecosystems Program requirement, to provide further development services, can be found in the attached Performance Work Statement (PWS). Responses to this notice must be provided within fifteen (15) calendar days from the date of this notice. Vendors who believe they can meet this requirement are required to submit in writing an affirmative response demonstrating a comprehensive understanding of the requirement. All written responses must include proof of historical knowledge of the platforms to sustain the continuity for further enhancement and a written narrative statement of capability for each task in the PWS, including detailed technical information demonstrating their ability to meet the requirement. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 3:30 P.M. Pacific Standard Time, August 1, 2025. The responses must be submitted via e-mail to Jamie Abu Shakrah, Contract Specialist, at Jamie.AbuShakrah@noaa.gov.
FD2020-21-00705
1190014387179NP CABLE ASSY. 214 IMAGES
FD2020-21-50071-00
1377-01-285-3109ES THRUSTER,CARTRIDGE
1620-01-170-8325
1620-01-170-8325 CYLINDER AND PISTON
FD2020-21-01096
5315012440754NB PIN,QUICK RELEASE 1 IMAGE
Request for Information (RFI) - Agilent Services
Please find attachments below. Please complete Attachment 001 and 002.
FD2030-24-02049
NSN: 2840-01-320-6432NZ NOUN: SEAL, AIR, AIRCRAFT G TOP DRAWING: 4076459 EDL REVISION & DATE: 30 / 09 FEB 2021 MDC CODE: WAK IM NAME: HANSON-WHEELER, JERRI L.
F16_AN-APG-68 Dual Mode Transmitter_NSN5960013415198_PN585R224H04
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
F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
NSN: 5960-01-153-8780 P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 2021 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 (97924) drawing 585R224. 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 SCMSGUEAA. 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 SCMSGUEAA 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 585R224H01,H03. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMSGUEAA 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 585R224H01,H03.. This article shall be subjected to a form, fit, REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-153-8780 P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 2021 Section C 2/3 and 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 $4.500. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-153-8780 P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 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
FD2030-24-01159
NSN: 4810-01-130-7379RK NOUN: VALVE, REGULATING, FL TOP DRAWING: 16VY100-0 EDL REVISION & DATE: 4 / 19 OCT 2023 MDC: EPL IM NAME: HANSON-WHEELER, JERRI L
FD2030-24-01159
NSN: 4810-01-130-7379RK NOUN: VALVE, REGULATING, FL TOP DRAWING: 16VY100-0 EDL REVISION & DATE: 6 / 19 OCT 2023 MDC: EPL IM NAME: HANSON-WHEELER, JERRI L
FD2030-25-02318
NSN: 2840-01-309-1177NZ NOUN: SHROUD, COMPRESSOR, A TOP DRAWING: 4076475-01 EDL REVISON & DATE: 8 / 29 MAY 2025 MDC CODE: WCL IM NAME: MORGAN, ALEX S.
FD2030-26-00146
NSN: 2840-00-337-4704NZ NOUN: PLUG, BEARING TOP DRAWING: 4010079 EDL REVISION & DATE: 5 / 16 OCT 2024 MDC: WFA IM NAME: VANHOUTAN, ELIZABETH C
The Department of Homeland Security's (DHS) Maritime Capabilities and Innovation - Commercial Solutions Opening Pilot Program (CSOP) General Solicitation
The Department of Homeland Security’s (DHS) Commercial Solutions Opening Pilot Program (CSOP) is a Non-Federal Acquisition Regulation (FAR) based solicitation authority for acquiring innovative and commercial solutions. Section 880 of the National Defense Authorization Act (NDAA) for Fiscal Year 2017 (Pub. L. 114-328) authorized DHS to implement a pilot program to competitively procure innovative commercial items, technologies, and services using CSOP procedures. CSOP is a new acquisition mechanism that provides a streamlined acquisition process and simplified contract terms that is designed to maximize efficiency and economy and minimize burden and administrative costs for both the Government and industry. DHS’s Office of Program Accountability and Risk Management (PARM) is issuing the subject CSOP General Solicitation for DHS and all its Components to rapidly procure innovative commercial maritime capabilities and solutions. The Department’s maritime responsibilities span a wide array of missions, including homeland defense readiness, law, border, and trade enforcement, disaster response, counter-illicit trafficking, humanitarian response, and critical infrastructure protection. These missions depend on a broad ecosystem of platforms, technologies, port systems, and operational capabilities that must be acquired, sustained, and modernized in a fiscally responsible, secure, and mission-driven manner. The Maritime Capabilities and Innovation CSOP General Solicitation aims to identify new ideas, approaches, tools, and partnerships that can help the Department address critical challenges and accelerate transformation across its maritime enterprise. This General Solicitation provides a flexible mechanism to solicit, evaluate, and fund exploratory and applied work that does not fit neatly into traditional acquisition frameworks, but that has the potential to improve DHS’s ability to acquire, oversee, and operate with their maritime enterprise. The procurement is limited to innovative commercial products or services relevant to one or more of the Strategic Focus Areas outlined in the solicitation. Within the meaning of the statute, innovative is defined as, “Any new technology, process, or method, including research and development, or any new application of an existing technology, process, or method.” Potential Submitters are hereby advised of the following: 1. This CSOP General Solicitation will stay open for a period of 12 months, until August 5, 2026. Industry is invited to respond to this open call for innovative solutions at any time during the stated period. Submissions will be accepted on a rolling basis, allowing for continuous engagement and the opportunity to present solutions as they are developed. 2. It is within the Government’s discretion to accept more than one solution for a contract award resulting from this CSOP Solicitation. 3. All costs of preparing and submitting solution videos, written submission, and additional presentations/demonstrations related to this CSOP Solicitation are the responsibility of the submitting entity and not eligible for funding or reimbursement by the Government. 4. The evaluation will include an assessment of whether the proposed commercial product or service is innovative within the meaning of the statute. Submission and proposals are evaluated on individual merit rather than on a comparative basis. 5. To be eligible for award, Companies must be registered in the System for Award Management (SAM.gov), prior to DHS making a CSOP contract award. Please review the attached CSOP General Solicitation for general information, submission instructions, and evaluation procedures. See attachments: CSOP General Solicitation Document: “DHS Maritime Capabilities and Innovation - CSOP General Solicitation 70RDA125R00000013”
FD2020-22-50017
NSN: 1377014618308ES NOUN: CORD ASSEMBLY,DETON P/N: DAA3294P340-067
FD2020-22-50015
NSNS: 1377-012047439ES 1377-014551511ES 1377-012698058ES 1377-014549875ES 1377-012698059ES 1377-014549874ES 1377-012700860ES 1377-014549862ES 1377-012700861ES 1377-014549860ES P/N: L431C2027, L287C2031, L287C2030 NOUN: CABIN DECOMPRESSION
R699--Reader Services
Contractor to provide Reader Services in support of a Reasonable Accomodation for an employee of the Department of Veterans Affairs, Veterans Benefits Administration, in accordance with the Statement of Work. Amendment P0001 issued 04AUG2025.
FD2030-24-02352
NSN: 5998-01-554-8049EK NOUN: NARROWBAND WFG TOP DRAWING: 124K707G01 EDL REVISION & DATE: 1 / 10 DEC 2020 MDC: NMK IM NAME: HANSON-WHEELER, JERRI L
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors