Federal Contract Opportunities
Showing 751-800 of 1,797 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable.
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.
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.
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
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.
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).
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.
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.
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.
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.
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
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
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
USCGC TERRELL HORNE DS FY26
USCGC TERRELL HORNE DOCKSIDE REPAIRS FY26
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.
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.
Noun_VALVE,GATE_Application_KC-135_NSN_4820-00-780-3195_Part_Number_10-2446-3
See attached document.
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.
Request for Information (RFI) - Agilent Services
Please find attachments below. Please complete Attachment 001 and 002.
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
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”
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.
Pilot Locker Restroom Renovation
Site Visit is schedule for Thursday 7/31/2025 10:30am Please review the Statement of Work Attached POC for this solicititation and Base access for the site visit is Mr. Hector Laguer hector.d.laguer@uscg.mil and LT Clara Dahill clara.e.dahill-baue@uscg.mil The site visit is highly encourage Please email quotes to miguel.a.cruz-rivera@uscg.mil by 12pm August 8, 2025.
SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION NOTICE: FA461325AirCylindersBPA - AIR CYLINDER BLANKET PURCHASE AGREEMENT (BPA) (COMMODITY) 1. THIS IS A SOURCES SOUGHT ANNOUNCEMENT. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) OF 332420 - METAL TANK (HEAVY GAUGE) MANUFACTURING WITH A SMALL BUSINESS SIZE STANDARD OF 750 EMPLOYEES IS TO BE USED FOR MARKET RESEARCH ONLY TO DETERMINE THE AVAILABILITY OF POTENTIAL SMALL BUSINESS CATEGORIES FOR POTENTIAL SET-ASIDES. NO AWARDS WILL BE MADE FROM THIS SOURCES SOUGHT. NO SOLICITATION IS AVAILABLE AT THIS TIME; THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR FUTURE ACQUISITION. 2. F. E. Warren AFB, Wyoming is conducting market research to identify potential sources that market research to identify potential sources that may possess the expertise, capabilities, and experience to provide the leasing of 146 air cylinders for use at 15 Missile Alert Facilities (MAFs) and within the Missile Facility Maintenance (Sites Zone) Shop at F.E. Warren AFB. The Contractor shall be responsible for providing the air cylinders and valves that are described below. Cylinder Style Working PSI Valve Quantity AI-BR-K 250CF (Breathing Air) 2265 CGA 346 144 NI-Q 2015 CGA 580 1 OX-S 2015 CGA 540 1 Cylinder repair and/or refill purchases will be completed separately from this BPA. The contractor shall provide a cost for delivery to Building 323 on F.E Warren AFB. The draft Statement of Work (SOW) is included. (Attachment 1 - SOW) as well as a sample price list (Attachment 2 - Sample Price List). The government intends to establish at least one Blanket Purchase Agreement (BPA). 3. All interested parties are invited to send capability statement that will briefly describe how your company can satisfy the requirement described above to: Michelle Crenshaw, michelle.crenshaw@us.af.mil and SSgt Rebecca Behne, rebecca.behne@us.af.mil. 4. Please provide (a) Company Name and Cage Code Number; (b) Mailing Address; (c) Point of Contact to include phone number and email; (d) website, if applicable; (e) State whether your company is small, 8(a), VOSB, SDVOSB, HUBZone small business, SDB, and WOSB, etc; (f) SAM registration. 5. THIS NOTICE FOR SOURCES SOUGHT, IS FOR MARKET RESEARCH ONLY. THIS IS NOT A REQUEST FOR QUOTATION, PROPOSAL OR INVITATION FOR BID.
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-1 (ED 24-008)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-1 The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 11 July 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-1 (ED 24-008)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-1 The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 11 July 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Animal Control Services
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Animal Control Services under North American Industry Classification System Code (NAICS) 812910. These BPAs will be evaluated annually, and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; past performance, where past performance information exists; and technical capabilities. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 812910. Representations and Certifications must also be on record. The registration is done through the System for Award Management website for free at https://www.betasam.gov. This requirement includes retrieval of recovered animals from the Fort Drum Army Installation, facilities to feed and shelter recovered animals including, at a minimum, cat kennels and dog kennels, and facilities for the humane disposal of sick and injured domestic animals. Please respond, with intent to participate, to Contract Specialist, via email, amanda.l.bellnier.civ@mail.mil. Initial responses are requested within 30 days of the date of posting. Any correspondence relating to this synopsis should have "Animal Control BPA" notated in the subject field.
NHHC NMUSN Industry Day Notice
Industry Day Notice The National Museum of the United States Navy (NMUSN) will sponsor an Industry Forum on Wednesday, June 4, 2025 from 0900 to 1600, at the Washington Navy Yard in the National Museum of the United States Navy, Building 76. This full-day conference is designed to collaborate with our industry partners who team with the Naval History and Heritage Command’s (NHHC) NMUSN to provide an update on opportunities of future projects, including the building of the new National Museum of the United States Navy. The forum offers a chance to participate in briefings, a Q & A session, and an opportunity for one-on-one sessions. Innovative ideas, suggestions and methods discussed during the conference could potentially be used to draft the performance specifications and contract structure of the solicitation for the future projects. Due to parking constraints on the Washington Navy Yard, all attendees will have to park off-site or take other transportation means to get to the event. There will be NO visitor parking on the Washington Navy Yard, unless you have a valid Common Access Card (CAC). All attendees will have to enter the installation through the O St. Gate. If the attendee would like to make arrangements prior to the event with the host to drop off displays, handouts, or materials, please contact Sonja Velaj at Sonja.velaj.civ@us.navy.mil and Justin Barlow at Justin.j.barlow.civ@us.navy.mil. An installation map, instructions, and the base access request form (with instructions) will be provided after you submit your RSVP to attend. Who Should Attend: Any contractors or vendors interested in architecture design, exhibit design, visioning design, lighting design, landscape design, site planning, museum planning, strategic planning, artifact conservation, artifact storage solutions, museum objects moving, informative and promotional publication services, photography services, interactive exhibit solutions, educational solutions, IT solutions, security services, food services, visitor services, facilities services, and construction contracting. Firms are limited to two (2) representatives per company as space is limited. Industry representatives interested in attending this event should contact Sonja Velaj at Sonja.velaj.civ@us.navy.mil and Wesley Peters at wesley.b.peters.civ@us.navy.mil no later than Tuesday, May 26, 2025 and provide the following information: Attendee(s) Name Company Email Address(s) Phone Number(s) The Base Access Request (SECNAV 5512/1) Form will be provided after the RSVP is submitted and should be completed promptly. Base Access Request (SECNAV 5512/1) Form: In accordance with the Washington Navy Yard security regulations, all prospective visitors and contractor personnel are hereby notified that in order to obtain a one-day visitor’s pass, the person must submit the Base Access Request (SECNAV 5512/1) form. Instructions on how to submit the Base Access Request (SECNAV 5512/1) form will be provided when the form is sent to you. All forms must be submitted no later than Tuesday, May 26, 2025. Individuals must provide Government issued photo identification upon arrival. Only persons who have been sponsored can be issued a temporary pass. Personnel one-day passes must be obtained at the Visitor Control Center, located at 1022 O St SE, Washington, DC 20374. It is imperative that all conference attendees adhere to this notice in order to avoid delays in accessing the installation. Also, be advised by this notice that the level of security at the Washington Navy Yard may change at any time. As the level of security heightens, the amount of time required to gain access to the base also increases. The NHHC NMUSN will compile an attendee list consisting of name, company, email address and phone number. The listing will be provided to all attendees after the Industry Forum is completed. Participation in this Industry Forum is voluntary and in no way obligates the Government to award any contracts or pay any costs associated with such participation. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. The Navy will not assume liability for costs incurred in response to this notice. Please note: Ongoing source selections will not be discussed at the forum.
NHHC NMUSN Industry Day Notice
Industry Day Notice The National Museum of the United States Navy (NMUSN) will sponsor an Industry Forum on Wednesday, June 4, 2025 from 0900 to 1600, at the Washington Navy Yard in the National Museum of the United States Navy, Building 76. This full-day conference is designed to collaborate with our industry partners who team with the Naval History and Heritage Command’s (NHHC) NMUSN to provide an update on opportunities of future projects, including the building of the new National Museum of the United States Navy. The forum offers a chance to participate in briefings, a Q & A session, and an opportunity for one-on-one sessions. Innovative ideas, suggestions and methods discussed during the conference could potentially be used to draft the performance specifications and contract structure of the solicitation for the future projects. Due to parking constraints on the Washington Navy Yard, all attendees will have to park off-site or take other transportation means to get to the event. There will be NO visitor parking on the Washington Navy Yard, unless you have a valid Common Access Card (CAC). All attendees will have to enter the installation through the O St. Gate. If the attendee would like to make arrangements prior to the event with the host to drop off displays, handouts, or materials, please contact Sonja Velaj at Sonja.velaj.civ@us.navy.mil and Justin Barlow at Justin.j.barlow.civ@us.navy.mil. An installation map, instructions, and the base access request form (with instructions) will be provided after you submit your RSVP to attend. Who Should Attend: Any contractors or vendors interested in architecture design, exhibit design, visioning design, lighting design, landscape design, site planning, museum planning, strategic planning, artifact conservation, artifact storage solutions, museum objects moving, informative and promotional publication services, photography services, interactive exhibit solutions, educational solutions, IT solutions, security services, food services, visitor services, facilities services, and construction contracting. Firms are limited to two (2) representatives per company as space is limited. Industry representatives interested in attending this event should contact Sonja Velaj at Sonja.velaj.civ@us.navy.mil and Wesley Peters at wesley.b.peters.civ@us.navy.mil no later than Tuesday, May 26, 2025 and provide the following information: Attendee(s) Name Company Email Address(s) Phone Number(s) The Base Access Request (SECNAV 5512/1) Form will be provided after the RSVP is submitted and should be completed promptly. Base Access Request (SECNAV 5512/1) Form: In accordance with the Washington Navy Yard security regulations, all prospective visitors and contractor personnel are hereby notified that in order to obtain a one-day visitor’s pass, the person must submit the Base Access Request (SECNAV 5512/1) form. Instructions on how to submit the Base Access Request (SECNAV 5512/1) form will be provided when the form is sent to you. All forms must be submitted no later than Tuesday, May 26, 2025. Individuals must provide Government issued photo identification upon arrival. Only persons who have been sponsored can be issued a temporary pass. Personnel one-day passes must be obtained at the Visitor Control Center, located at 1022 O St SE, Washington, DC 20374. It is imperative that all conference attendees adhere to this notice in order to avoid delays in accessing the installation. Also, be advised by this notice that the level of security at the Washington Navy Yard may change at any time. As the level of security heightens, the amount of time required to gain access to the base also increases. The NHHC NMUSN will compile an attendee list consisting of name, company, email address and phone number. The listing will be provided to all attendees after the Industry Forum is completed. Participation in this Industry Forum is voluntary and in no way obligates the Government to award any contracts or pay any costs associated with such participation. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. The Navy will not assume liability for costs incurred in response to this notice. Please note: Ongoing source selections will not be discussed at the forum.
Integrated spectrum Warfare (ISW)
Refer to the attached Announcement for general information, submission procedures, white paper content and evaluations, proposals, and focus areas of interest. Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.
Environmental Security Technology Certification Program (ESTCP) – Energy and Environmental Technology Demonstrations – Open Topics Broad Agency Announcement (BAA)
BOTH SMALL BUSINESS AND LARGE BUSINESS ARE ENCOURAGED TO RESPOND. The Environmental Security Technology Certification Program (ESTCP) is the Department of Defense’s (DoD) demonstration and validation program for environmental and installation energy technologies. The ESTCP Office is interested in receiving white papers for innovative technology demonstrations that address DoD environmental and installation energy requirements as candidates for funding. This notice constitutes a BAA as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). Readers should note that this is an announcement to declare ESTCP's intent to competitively fund demonstration projects as described in the Program Announcement on the ESTCP website. The Program Announcement and complete submittal instructions are found at https://serdpestcp. mil/workwithus. To be eligible for consideration, parties wishing to respond to this announcement must submit a white paper in accordance with the instructions on the website. This solicitation will remain open for approximately one (1) year from the date of publication, or until replaced by a successor BAA. No faxed or hard copy submissions will be accepted. No request for proposals (RFP), solicitation, or other announcement of this opportunity will be made. It is the sole responsibility of the offerors to make certain the white paper is properly received by ESTCP. Awards will take the form of contracts. Submission of white papers is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of white papers or travel to present oral presentations in support of full proposals. There is no commitment by ESTCP to make any contract awards, nor to be responsible for any cost incurred by the offeror before contract award is made. It is expected that multiple awards will result, depending on the quality of white papers received and availability of funds. Awardees under this BAA will be selected through a multi-stage review process. The white paper review step allows interested organizations to submit technology demonstrations for Government consideration without incurring the expense of a full proposal. Based upon the white paper evaluation by ESTCP, each of the white paper submitters will be notified as to whether ESTCP requests or does not request the submission of a full proposal. As noted in the instructions located on the ESTCP website, evaluation criteria for white papers are Technical Merit and ESTCP Relevance. Each criterion is weighted equally. Due to the anticipated volume of white papers that will be received, the Government will not provide debriefs to those that are not requested to submit a full proposal. Instructions for preparing a full proposal will be provided at the time of notification. A request for submission of a full proposal does not indicate a decision has been made to make an award. Evaluation criteria for full proposals will include Cost/Benefit of Technology, Transition Potential, and Cost of Proposal in addition to the criteria above. ESTCP may make multiple awards up to a collectively shared maximum value of the $10,000,000.00 under this BAA. The North American Industry Classification System (NAICS) code is 541715 with the small business size standard of 1000 employees. Prior to award, selected contract proposals that exceed $750,000 submitted by all Other than Small (large or non-profits, including universities) Business concerns must be accompanied by a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and elements as described in the checklist in DFARS PGI 219.705-4 at http://business.defense.gov/Acquisition/Subcontracting/. The Humphreys Engineer Center Support Activity (HECSA) Small Business Office website at https://www.usace.army.mil/HECSA/HECSA-Small-Business/ provides information on how to prepare a subcontracting plan, along with links to find small businesses to participate. Points of Contact: Procedural Questions - SERDP Office, 571-372-6565 Contract Questions – HECSA Shannon N. Benson, 703-428-7407; shannon.n.benson@usace.army.mil Small Business Participation Plan or Subcontracting Plan - HECSA Small Business Representative, Monique Holmes 202-934-1816, HECSASmallBusinessProgram@usace.army.mil
Strategic Environmental Research and Development Program (SERDP) – Open Topics Broad Agency Announcement (BAA)
BOTH SMALL BUSINESS AND LARGE BUSINESS ARE ENCOURAGED TO RESPOND. The Department of Defense (DoD) Strategic Environmental Research and Development Program (SERDP) Office is interested in receiving white papers for research focusing in the areas of Environmental Restoration, Munitions Response, Resource Conservation and Resilience, and Weapons Systems and Platforms technologies. This notice constitutes a BAA as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). Readers should note that this is an announcement to declare DoD SERDP’s intent to competitively fund research and development for environmental research that addresses the topic areas set forth in the Announcement. SERDP supports environmental research relevant to the management and mission of the DoD and supports efforts that lead to the development and application of innovative environmental technologies or methods that improve the environmental performance of DoD by improving outcomes, managing environmental risks, and/or reducing costs or time required to resolve environmental or resilience problems. The Program Announcement and complete submittal instructions are found on the DoD SERDP website at https://serdp-estcp.mil/workwithus. To be eligible for consideration, readers wishing to respond to this announcement must submit a white paper in accordance with all instructions on the SERDP website. This solicitation will remain open for approximately one (1) year from the date of publication, or until replaced by a successor BAA. No faxed or hard copy submissions will be accepted. No request for proposals (RFP), solicitation, or other announcement of this opportunity will be made. It is the sole responsibility of the proposer to make certain the white paper is properly received by SERDP. Awards will take the form of contracts. Submission of white papers is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of white papers or travel to present oral presentations in support of full proposals. There is no commitment by SERDP to make any contract awards, nor to be responsible for any cost incurred by the offeror before contract award is made. It is expected that multiple awards will be made dependent on the quality of white papers received and availability of funds. Awardees under this BAA will be selected through a multi-stage review process. The white paper review step allows interested organizations to submit research white papers for Government consideration without incurring the expense of a full proposal. Based upon the white paper evaluation by SERDP, each of the white paper submitters will be notified as to whether SERDP requests or does not request the submission of a full proposal. As noted in the instructions located on the SERDP website, evaluation criteria for white papers are Technical Merit and SERDP Relevance. Each criterion is weighted equally. Due to the anticipated volume of white papers that will be received, SERDP will not provide debriefs on those that are not requested to submit a full proposal. Instructions for preparing a full proposal will be provided at the time of notification. A request for submission of a full proposal does not indicate a decision has been made to make an award for that work. Evaluation criteria for full proposals will include Personnel, Cost, and Transition Plan in addition to the criteria above. SERDP may make multiple awards up to a collectively shared maximum value of the $10,000,000.00 under this BAA. The North American Industry Classification System (NAICS) code is 541715 with the small business size standard of 1000 employees. Prior to award, selected contract proposals that exceed $750,000 submitted by all Other than Small (large or non-profits, including universities) Business concerns must be accompanied by a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and elements as described in the checklist in DFARS PGI 219.705-4 at http://business.defense.gov/Acquisition/Subcontracting/. The Humphreys Engineer Center Support Activity (HECSA) Small Business Office website at https://www.usace.army.mil/HECSA/HECSA-Small-Business/ provides information on how to prepare a subcontracting plan, along with links to find small businesses to participate. Points of Contact: Procedural Questions - SERDP Office, 571-372-6565 Contract Questions – HECSA Shannon N. Benson, 703-428-7407; shannon.n.benson@usace.army.mil Small Business Participation Plan or Subcontracting Plan - HECSA Small Business Representative, Monique Holmes 202-934-1816, HECSASmallBusinessProgram@usace.army.mil
FCI Texarkana - 1st Qtr FY2026 - Meats
RE: Meats – 1st Qtr FY2026 - 15B515245Q00000026 Dear Quoter: The Federal Bureau of Prisons, Federal Correctional Institution, Texarkana, Texas, intends to issue solicitation 15B51525Q00000026 for the requirement of 1st Quarter FY2026 for Meats items. The NAICS code or this requirement is 311991. The contract type will be Firm-Fixed Price. The evaluation factors are Price and Past Performance. Price will be rated higher than Past Performance. The Government will award all items to one responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Failure to deliver within the established time frames will be considered as Non-Conformance under the contract terms and subject to termination. The solicitation will be made available on or about August 7, 2025, and will be posted in www.sam.gov in the Contract Opportunities section. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through this website. The anticipated date for receipt of quote is August 22, 2025, at 3:00 P.M. Central Standard Time via e-mail to Tex-ProcurementProp-s@bop.gov. Each offeror is required per FAR 52.212-3 to complete their representations and certifications via www.sam.gov. All responsible vendors may submit a proposal which will be considered. The anticipated date of award is August 28, 2025. FCI Texarkana, Contracting Office, P.O. Box 9500, Texarkana Texas, 75505-9500 (903)838-4587 or Tex-ProcurementProp-S@bop.gov
FCI Texarkana - 1st Qtr FY2026 - Subsistence
RE: Subsistence – 1st Qtr FY2026 - 15B515245Q00000025 Dear Quoter: The Federal Bureau of Prisons, Federal Correctional Institution, Texarkana, Texas, intends to issue solicitation 15B51525Q00000025 for the requirement of 1st Quarter FY2026 for Subsistence items. The NAICS code or this requirement is 311991. The contract type will be Firm-Fixed Price. The evaluation factors are Price and Past Performance. Price will be rated higher than Past Performance. The Government will award all items to one responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Failure to deliver within the established time frames will be considered as Non-Conformance under the contract terms and subject to termination. The solicitation will be made available on or about August 7, 2025, and will be posted in www.sam.gov in the Contract Opportunities section. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through this website. The anticipated date for receipt of quote is August 22, 2025, at 3:00 P.M. Central Standard Time via e-mail to Tex-ProcurementProp-s@bop.gov. Each offeror is required per FAR 52.212-3 to complete their representations and certifications via www.sam.gov. All responsible vendors may submit a proposal which will be considered. The anticipated date of award is August 28, 2025. FCI Texarkana, Contracting Office, P.O. Box 9500, Texarkana Texas, 75505-9500 (903)838-4587 or Tex-ProcurementProp-S@bop.gov
Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP)/ Countermeasures Injury Compensation Program (CICP).
The Contractor shall provide medical-expert services and medical reviewer/case management support for the National Vaccine Injury Compensation Program (VICP) and the Countermeasures Injury Compensation Program (CICP) in support of the litigation process, including the defense of petitions filed against the Secretary of Health and Human Services (HHS). This solicitation will remain open until August 24, 2026. Quotes will be reviewed, and BPAs may be issued on a rolling basis as quotes are received. The Government anticipates establishing BPAs with qualified vendors during this open period.
CI-Medical
This soliciation is for "Medical Services". Services are provided for the CI Special Agents.
AGSU, Shoes, Dress, Oxford, Men's and Women's
This is a synopsis of the market research.
66 - FMS Repair - DISPLAY UNIT, FLIGHT
Solicitation Remarks: This is a sole source requirement for the repair of the following: NSN: 7R 6610-015687028 Part Number: 267A740-3 Nomenclature: DISPLAY UNIT, FLIGHT FMS Case: AT-P-GXO Critical Application Item (CAI) RMC: 3D NAVUP WSS Philadelphia intends to award this requirement on a sole source basis under an already established BOA. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. One or more of the items under this acquisition is subject to Free Trade Agreements. (FAR 52.225-3). One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. (FAR 52.225-5) These items require Government Source Approval prior to award. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure, which can be obtained on the internet at https://www.navsup.navy.mil/Business-Opportunities/Home/ Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Mrs. Dana Scott at the email address: dana.l.scott14.civ@us.navy.mil
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
MARVEL End User Application & Utilization
INTRODUCTION Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from industry providers to suggest potential tests and experiments leveraging the Microreactor Application Research Validation and Evaluation (MARVEL) demonstration. This will consist of a two-step process starting with a feasibility assessment, then a physical implementation, subject to Congressional Appropriation. BACKGROUND The MARVEL will be an operational microreactor and is expected to serve as a nuclear test bed to demonstrate microreactor operations and end-use applications, paving the way for unleashing private sector nuclear energy development. A primary goal of the project is to provide a platform that can be leveraged by the private sector to mature novel nuclear technologies and demonstrate innovative new use cases for microreactors. Additional information on MARVEL’s utilization plan can be found in: https://www.osti.gov/biblio/2371820. In short, the MARVEL reactor can be used to the following non-exhaustive list of potential applications: Demonstrating novel nuclear-generated electricity applications (e.g., nuclear-powered microgrids, or nuclear-powered data-centers) Demonstrate novel nuclear heat applications (e.g., chemical processing, synfuel production, novel power conversion systems) Requesting data access (e.g., analyses conducted, documentations, engineering drawings) Operating the reactor in specific modes to validate models (e.g., conducting a specific transient to benchmark codes) Deploy advanced instrumentation and control paradigm to nuclear reactors (e.g., semi-autonomous operations, far-field remote operations) Demonstrate novel safeguards and security paradigms for nuclear technology (e.g., cyber-secure communications, novel safeguard techniques for microreactors) The current MARVEL scope will consist of developing an 85kWth reactor producing more than 10 kWe of electricity in the first stage of operations. In the second stage, process heat (above 300°C) will be provided to end-users specifically for type 2 demonstrations from the list above. Additional information on the technical specifications can be found in the MARVEL factsheets. SUBMITTAL REQUIREMENTS INL is soliciting requests from private industry on potential tests or demonstrations, leveraging MARVEL, that would be valuable for them to conduct. Companies or other interested parties are encouraged to submit EOIs relating to any of the above-mentioned topical areas (or other topics not covered by the list). Expressions of Interest will be ranked based on their potential impact to the broader US energy landscape. Promising concepts will be invited to respond to a potential Notice of Opportunity (NO) at a later stage. The NO will contain additional information about requirements for a more detailed proposal, funding expectations, timeline, and proposal ranking metrics. Following selection, a two-step process is envisaged whereby stakeholders work with national lab staff first to ensure the viability of the test/demonstration (currently intended for Fiscal Year 2026). This is then followed by a solicitation to conduct physical test/demonstration (currently intended for Fiscal Year 2027-2028). Interested entities are requested to provide expressions of interest (via email) by close-of business on 08/30/2025. Responses must include sufficient written information confirming the responder’s qualifications and the relevancy of their proposed scope based on the guidance in Section 2. Note that responses must be no more than 2 pages in length in PDF format. They should clearly state which of the above 6 category they fall under, which partnering institutions are included in the proposal, and what level of support (beyond the NO) is needed from INL (e.g., if the end-user or INL is expected to provide specific hardware). The content should ideally cover: the goal of the application, why it is impactful for the US nuclear industry, potential technical needs and technical specifications (e.g., quantity of energy needed, temperature range, MARVEL reactor operating conditions, test durations). If you have questions, or need additional information, please contact Stacie Strain, Program Manager, via email at stacie.strain@inl.gov with the subject line “Response to MARVEL Utilization EOI.” Technical questions must be submitted in writing via email. Only potentially qualified entities, as determined by BEA, will be contacted for further discussions or the release of a request for proposal for the project. PROPRIETARY INFORMATION Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents are encouraged to minimize the inclusion of sensitive information to the extent possible and mark information in their responses accordingly.
Defense Logistics Information Research (DLIR)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.