Federal Contract Opportunities
Showing 801-850 of 2,702 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2030-24-02444
NSN: 2840-01-386-8242NZ NOUN: DUCT, FAN, AIRCRAFT G TOP DRAWING: 4081360 EDL REVISION & DATE: 16 / 01 NOV 2022 MDC CODE: WGR IM NAME: DINH, VIVIAN U.
FD2030-26-00116
NSN: 2840-01-312-2267NZ NOUN: SHROUD SEGMENT, TURB TOP DRAWING: 4076826-02 EDL REVISION & DATE: 7 / 07 FEB 2020 MDC CODE: W9F IM NAME: DYER, ANDREW P.
FD2030-25-02407
NSN: 4710-01-333-3547NZ NOUN: TUBE ASSEMBLY, METAL TOP DRAWING: 4070393-01 EDL REVISION & DATE: 14 / 29 NOV 2023 MDC CODE: WAJ IM NAME: FALCONER, MICHAEL S.
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.
UTSA Recruitment J&A
This is to post the requirement for UTSA advertisement in the local area which has a limited source. By regulations the Government is to disclose to the public the Justification and Approval document attached for the public to view.
FD2020-22-50014
NSN: 1377-01-237-4417ES, 1377-01-271-5483ES, 1377-01-271-5484ES, 1377-01-271-5485ES NOUN: SELECTOR, MODE, ACTUATOR, EXPLOSIVE PART #: L452C2014, L431C2028
FD2020-21-01120
5985010746450NB ATTENUATOR, FIXED 56 IMAGES
FD2020-21-01131
NSN: 1620-01-252-1116LE NOUN: AXLE, LANDING GEAR PART #: 2007035-102
FD2020-21-01130-00
1620-00-267-1046 DAMPER,SHIMMY
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).
Long Range BAA for the Undersea Security Program
SSP is interested in receiving proposals for Long-Range S&T Projects that offer potential in support of the Undersea Security Program. Readers should note that this is an announcement to declare SSP's broad role in competitive funding of meritorious research across a spectrum of science and engineering disciplines. This announcement is the second annual refresh of N00030-23-S-7002. The first annual refresh of N00030-23-S-7002 was N00030-24-S-7002. Attached and updated BAA is numbered N00030-25-S-7002. All changes to the BAA and associated appendices are in red font.
FD2020-22-00012
NSN: 1560-01-116-1902FJ NOUN: DOOR, AIRCRAFT PART #: 160J414500-3
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.
FD2030-26-0153
NSN: 2840-01-545-4839NZ NOUN: SUPPORT, TURBINE NOZ TOP DRAWING: 4088292 EDL REVISION & DATE: 10 / 24 AUG 2022 MDC: WCA IM NAME: MORRIS, MITCHELL D
FD2030-25-02373
NSN: 2840-01-250-6871PR NOUN: SYNCHRONIZING RING TOP DRAWING: 9539M39G04 EDL REIVISION & DATE: 4 / 31 JUL 2025 MDC CODE: AAC IM NAME: FALCONER, MICHAEAL S.
Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
24 September 2025: Updated AoI 001 to extend the response date to 22 October 2025 (AMD2). 29 August 2025: Updated AoI 001 to extend the response date to 24 September 2025 (AMD1). The 2014 Quadrennial Defense Review established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under 10 U.S.C. 3458, Contracting Officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Defense Federal Acquisition Regulation Supplement Subpart 212.70 is considered to be a competitive procedure for the purposes of 10 U.S.C. 221 and Federal Acquisition Regulation (FAR) 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial products and commercial services. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. Self-Propelled Howitzer Systems (SPHS), located in Detroit Arsenal, Michigan, is the project management office responsible for developing, producing, and sustaining the field artillery SPHS to ensure the King of Battle remains dominant on the battlefield. The mission of units equipped with the M109A7/M992A3 system is to destroy, neutralize, or suppress the enemy by indirect fire. The M109A7 howitzer and M992A3 ammunition carrier will enable the Army Armored Brigade Combat Teams and Fire Brigades to accomplish their relevant tasks in support of command and control, force application battle space awareness, protection and net-centric environment Joint Fighting Capabilities. The M109A7/M992A3 program is designed to provide the following operational outcomes: maintain battlefield mobility, enhance supportability and sustainability; and improve force protection and vehicle survivability. See Attachment for Additional Details
Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
The 2014 Quadrennial Defense Review established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under 10 U.S.C. 3458, Contracting Officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Defense Federal Acquisition Regulation Supplement Subpart 212.70 is considered to be a competitive procedure for the purposes of 10 U.S.C. 221 and Federal Acquisition Regulation (FAR) 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial products and commercial services. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. Self-Propelled Howitzer Systems (SPHS), located in Detroit Arsenal, Michigan, is the project management office responsible for developing, producing, and sustaining the field artillery SPHS to ensure the King of Battle remains dominant on the battlefield. The mission of units equipped with the M109A7/M992A3 system is to destroy, neutralize, or suppress the enemy by indirect fire. The M109A7 howitzer and M992A3 ammunition carrier will enable the Army Armored Brigade Combat Teams and Fire Brigades to accomplish their relevant tasks in support of command and control, force application battle space awareness, protection and net-centric environment Joint Fighting Capabilities. The M109A7/M992A3 program is designed to provide the following operational outcomes: maintain battlefield mobility, enhance supportability and sustainability; and improve force protection and vehicle survivability. See Attachment for Additional Details
Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
29 August 2025: Updated AoI 001 to extend the response date to 24 September 2025 (AMD1). The 2014 Quadrennial Defense Review established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under 10 U.S.C. 3458, Contracting Officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Defense Federal Acquisition Regulation Supplement Subpart 212.70 is considered to be a competitive procedure for the purposes of 10 U.S.C. 221 and Federal Acquisition Regulation (FAR) 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial products and commercial services. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. Self-Propelled Howitzer Systems (SPHS), located in Detroit Arsenal, Michigan, is the project management office responsible for developing, producing, and sustaining the field artillery SPHS to ensure the King of Battle remains dominant on the battlefield. The mission of units equipped with the M109A7/M992A3 system is to destroy, neutralize, or suppress the enemy by indirect fire. The M109A7 howitzer and M992A3 ammunition carrier will enable the Army Armored Brigade Combat Teams and Fire Brigades to accomplish their relevant tasks in support of command and control, force application battle space awareness, protection and net-centric environment Joint Fighting Capabilities. The M109A7/M992A3 program is designed to provide the following operational outcomes: maintain battlefield mobility, enhance supportability and sustainability; and improve force protection and vehicle survivability. See Attachment for Additional Details
FD2030-25-02445
NSN: 4810-01-345-1092TP NOUN: VALVE, REGULATING, FL TOP DRAWING: 16VY004-7 EDL REVISION & DATE: 5 / 03 MAR 2021 MDC CODE: EEJ IM NAME: JACKSON, TODD L.
FD2030-25-02440
NSN: 2840-01-323-02440 NOUN: NOZZLE, AUGMENTER EX. TOP DRAWING: 4071141 EDL REVISION & DATE: 8 / 08 FEB 2023 MDC CODE: WAJ IM NAME: JACKSON, TODD L.
FD2030-26-00174
NSN: 1660-00-540-5306BO NOUN: CONVERTER, LIQUID OX TOP DRAWING: M25666/1 EDL REVISION & DATE: 1 / 11 DEC 2024 MDC: EEE IM NAME: LOONEY, DEVIN T
FD2020-21-01145
6685011496398WF TRANSMITTER, PRESSURE 11 IMAGES
FD2020-21-01116
5998014422987WF CIRCUIT CARD 3 IMAGES
FD2030-25-02414
NSN: 2840-01-318-5578NZ NOUN: HOUSING, ANTIFRICTIO TOP DRAWING: 4075139 EDL REVISION & DATE: 8 / 04 MAR 2022 MDC: W9C IM NAME: FALCONER, MICHAEL S
FD2020-21-50090
NSNS: 1377-010542911ES 1377-010732190ES 1377-011022219ES 1377-011028963ES 1377-012717161ES 1377-013462219ES 1377-013462220ES 1377-013462221ES 1377-012620521ES 1377-012031961ES 1377-010542912ES 1377-012579467ES NOUN: INITIATOR,PROPELLANT
FD2020-21-00493-01
NSN: 1620014673133LE P/N: 4G13014-103B NOUN: PIN,TRUNNION
ARMY PROJECT MANAGER SOLDIER SURVIVABILITY PROGRAM EXECUTIVE OFFICE SOLDIER BROAD AGENCY ANNOUNCEMENT (BAA)
This Broad Agency Announcement (BAA), which sets forth research areas of interest to Project Manger (PM) Soldier Survivability (SSV), is issued under paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of proposals and 10 U.S.C. 2371b should any OTA being awarded stemming from this announcement. The Government considers proposals submitted in response to this BAA and selected for award to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. PM SSV is one of the five project management offices under Program Executive Office Soldier (PEO Soldier). PM SSV’s mission is to provide and rapidly deliver to Soldiers enhanced protection, individual equipment, and aviation life support capabilities, which provides combat overmatch and facilitates mission execution. There are three Product Managers under PM SSV: a. Product Manager Soldier Protective Equipment (PM SPE) produces state-of-the art armor protection to defeat ballistic and fragmentation threats. PM SPE’s mission is to increase the Warfighter’s lethality and mobility by optimizing Soldier protection and effectively serving as the Lifecycle Manager for all personal protective equipment. Its products include body armor, helmets, ballistic eye protection, bomb suits, and hearing protection. b. Product Manager Air Warrior (PM AW) develops and provides advanced equipment for Aircrews to enhance mission effectiveness, integration with aircraft platforms, and clothing and equipment to maximize aircrew member survivability. PM AW’s mission is to integrate aviation life support and mission equipment into an ensemble that provides combat overmatch and improves the combat effectiveness of the Army aircrew member. c. Product Manager Soldier Clothing and Individual Equipment (PM SCIE) develops and provides superior and sustainable integrated clothing and equipment for Soldiers in a rapidly changing global environment. PM SCIE’s mission is to support Soldiers in all operational environments and improve their survivability, protection, mobility, and sustainability by providing safe, agile, adaptive, durable and operationally effective organizational clothing and individual clothing. PM SSV’s intent is to use this BAA to attract Government and Industry proposals that fulfill requirements directed toward advancing state-of-the-art technologies in support of PEO Soldier mission interests. This BAA identifies PM SSV development areas of interest, and provides prospective offerors information on the preparation of proposals, along with proposal evaluation factors. The Government reserves the right to award purchase orders, contracts, and Other Transactions Agreements against this BAA. New contractor technology resulting from work executed under this BAA typically leads to an additional requirement for the applicable contractor to provide services in support of operational experiments to evaluate the measures of merit and performance enhancement capability to the Soldier. However, it is not possible at the time of release of this announcement, or at the time of contract award, to accurately predict or anticipate if these services will be required, nor is it possible to anticipate the level of effort required. In addition, the technology explored under this BAA typically has application across the various branches of the Department of Defense (DoD). In order to satisfy the unique needs of these different branches, and to ensure a proper job is done in the evaluation of the applicable technology, the Government may execute contract modifications to awards stemming from this BAA, may add new Contract Line Item Numbers (CLINs), or expand on current CLINs, for services providing for flexibility in executing technology assessment. In the event that this is required, the Government will consider these modifications to be within the scope of this BAA and the resulting contract, and therefore will have met the requirements of the Federal Acquisition Regulation (FAR), DoD FAR Supplement (DFARS), and the Competition in Contracting Act. The benefit of this flexibility to the Government, and ultimately the taxpayer, is a significant increase in the Research and Development (R&D) return on investment. The flexibility to have multiple users (branches of the military) in the technology evaluation cycle is crucial and allows systems and technologies to be developed in a manner that has broader DoD market applications. This allows the technology resulting from the work of this BAA to be modularly reconfigured during development to meet goals and objectives for all DoD services. The Government does not consider the costs of concept papers or the cost to complete proposals in response to this BAA an allowable direct charge to any award resulting from this BAA or any other award. It may be an allowable expense to the normal bid and proposal indirect costs specified in FAR 31.205-18, independent research and development and bid and proposal costs. In accordance with federal statutes, regulations, DoD, and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. The Government cautions offerors submitting proposals that only a duly appointed Contracting Officer (KO) or Agreements Officer acting within the scope and limits of his or her authority may obligate the Government to the expenditure of funds. The Government will not consider requests for conference or symposium support, consultant services, engineering, marketing services, or training support under this announcement. This BAA is a continuously open announcement valid throughout the period from the date of issuance through 17 November 2026, unless superseded, extended, or canceled. The Government will accept concept papers up until 17 August 2026. The Government may make awards against this BAA up until 17 November 2026. The Government will post the BAA, and any subsequent amendments to this BAA when they occur, to the SAM.gov Contract Opportunities web site. Interested parties are encouraged to check this website periodically for updates and amendments.
ARMY PROJECT MANAGER SOLDIER SURVIVABILITY PROGRAM EXECUTIVE OFFICE SOLDIER BROAD AGENCY ANNOUNCEMENT (BAA)
This Broad Agency Announcement (BAA), which sets forth research areas of interest to Project Manger (PM) Soldier Survivability (SSV), is issued under paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of proposals and 10 U.S.C. 2371b should any OTA being awarded stemming from this announcement. The Government considers proposals submitted in response to this BAA and selected for award to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. PM SSV is one of the five project management offices under Program Executive Office Soldier (PEO Soldier). PM SSV’s mission is to provide and rapidly deliver to Soldiers enhanced protection, individual equipment, and aviation life support capabilities, which provides combat overmatch and facilitates mission execution. There are three Product Managers under PM SSV: a. Product Manager Soldier Protective Equipment (PM SPE) produces state-of-the art armor protection to defeat ballistic and fragmentation threats. PM SPE’s mission is to increase the Warfighter’s lethality and mobility by optimizing Soldier protection and effectively serving as the Lifecycle Manager for all personal protective equipment. Its products include body armor, helmets, ballistic eye protection, bomb suits, and hearing protection. b. Product Manager Air Warrior (PM AW) develops and provides advanced equipment for Aircrews to enhance mission effectiveness, integration with aircraft platforms, and clothing and equipment to maximize aircrew member survivability. PM AW’s mission is to integrate aviation life support and mission equipment into an ensemble that provides combat overmatch and improves the combat effectiveness of the Army aircrew member. c. Product Manager Soldier Clothing and Individual Equipment (PM SCIE) develops and provides superior and sustainable integrated clothing and equipment for Soldiers in a rapidly changing global environment. PM SCIE’s mission is to support Soldiers in all operational environments and improve their survivability, protection, mobility, and sustainability by providing safe, agile, adaptive, durable and operationally effective organizational clothing and individual clothing. PM SSV’s intent is to use this BAA to attract Government and Industry proposals that fulfill requirements directed toward advancing state-of-the-art technologies in support of PEO Soldier mission interests. This BAA identifies PM SSV development areas of interest, and provides prospective offerors information on the preparation of proposals, along with proposal evaluation factors. The Government reserves the right to award purchase orders, contracts, and Other Transactions Agreements against this BAA. New contractor technology resulting from work executed under this BAA typically leads to an additional requirement for the applicable contractor to provide services in support of operational experiments to evaluate the measures of merit and performance enhancement capability to the Soldier. However, it is not possible at the time of release of this announcement, or at the time of contract award, to accurately predict or anticipate if these services will be required, nor is it possible to anticipate the level of effort required. In addition, the technology explored under this BAA typically has application across the various branches of the Department of Defense (DoD). In order to satisfy the unique needs of these different branches, and to ensure a proper job is done in the evaluation of the applicable technology, the Government may execute contract modifications to awards stemming from this BAA, may add new Contract Line Item Numbers (CLINs), or expand on current CLINs, for services providing for flexibility in executing technology assessment. In the event that this is required, the Government will consider these modifications to be within the scope of this BAA and the resulting contract, and therefore will have met the requirements of the Federal Acquisition Regulation (FAR), DoD FAR Supplement (DFARS), and the Competition in Contracting Act. The benefit of this flexibility to the Government, and ultimately the taxpayer, is a significant increase in the Research and Development (R&D) return on investment. The flexibility to have multiple users (branches of the military) in the technology evaluation cycle is crucial and allows systems and technologies to be developed in a manner that has broader DoD market applications. This allows the technology resulting from the work of this BAA to be modularly reconfigured during development to meet goals and objectives for all DoD services. The Government does not consider the costs of concept papers or the cost to complete proposals in response to this BAA an allowable direct charge to any award resulting from this BAA or any other award. It may be an allowable expense to the normal bid and proposal indirect costs specified in FAR 31.205-18, independent research and development and bid and proposal costs. In accordance with federal statutes, regulations, DoD, and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. The Government cautions offerors submitting proposals that only a duly appointed Contracting Officer (KO) or Agreements Officer acting within the scope and limits of his or her authority may obligate the Government to the expenditure of funds. The Government will not consider requests for conference or symposium support, consultant services, engineering, marketing services, or training support under this announcement. This BAA is a continuously open announcement valid throughout the period from the date of issuance through 17 November 2026, unless superseded, extended, or canceled. The Government will accept concept papers up until 17 August 2026. The Government may make awards against this BAA up until 17 November 2026. The Government will post the BAA, and any subsequent amendments to this BAA when they occur, to the SAM.gov Contract Opportunities web site. Interested parties are encouraged to check this website periodically for updates and amendments.
ARMY PROJECT MANAGER SOLDIER SURVIVABILITY PROGRAM EXECUTIVE OFFICE SOLDIER BROAD AGENCY ANNOUNCEMENT (BAA)
This Broad Agency Announcement (BAA), which sets forth research areas of interest to Project Manger (PM) Soldier Survivability (SSV), is issued under paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of proposals and 10 U.S.C. 2371b should any OTA being awarded stemming from this announcement. The Government considers proposals submitted in response to this BAA and selected for award to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. PM SSV is one of the five project management offices under Program Executive Office Soldier (PEO Soldier). PM SSV’s mission is to provide and rapidly deliver to Soldiers enhanced protection, individual equipment, and aviation life support capabilities, which provides combat overmatch and facilitates mission execution. There are three Product Managers under PM SSV: a. Product Manager Soldier Protective Equipment (PM SPE) produces state-of-the art armor protection to defeat ballistic and fragmentation threats. PM SPE’s mission is to increase the Warfighter’s lethality and mobility by optimizing Soldier protection and effectively serving as the Lifecycle Manager for all personal protective equipment. Its products include body armor, helmets, ballistic eye protection, bomb suits, and hearing protection. b. Product Manager Air Warrior (PM AW) develops and provides advanced equipment for Aircrews to enhance mission effectiveness, integration with aircraft platforms, and clothing and equipment to maximize aircrew member survivability. PM AW’s mission is to integrate aviation life support and mission equipment into an ensemble that provides combat overmatch and improves the combat effectiveness of the Army aircrew member. c. Product Manager Soldier Clothing and Individual Equipment (PM SCIE) develops and provides superior and sustainable integrated clothing and equipment for Soldiers in a rapidly changing global environment. PM SCIE’s mission is to support Soldiers in all operational environments and improve their survivability, protection, mobility, and sustainability by providing safe, agile, adaptive, durable and operationally effective organizational clothing and individual clothing. PM SSV’s intent is to use this BAA to attract Government and Industry proposals that fulfill requirements directed toward advancing state-of-the-art technologies in support of PEO Soldier mission interests. This BAA identifies PM SSV development areas of interest, and provides prospective offerors information on the preparation of proposals, along with proposal evaluation factors. The Government reserves the right to award purchase orders, contracts, and Other Transactions Agreements against this BAA. New contractor technology resulting from work executed under this BAA typically leads to an additional requirement for the applicable contractor to provide services in support of operational experiments to evaluate the measures of merit and performance enhancement capability to the Soldier. However, it is not possible at the time of release of this announcement, or at the time of contract award, to accurately predict or anticipate if these services will be required, nor is it possible to anticipate the level of effort required. In addition, the technology explored under this BAA typically has application across the various branches of the Department of Defense (DoD). In order to satisfy the unique needs of these different branches, and to ensure a proper job is done in the evaluation of the applicable technology, the Government may execute contract modifications to awards stemming from this BAA, may add new Contract Line Item Numbers (CLINs), or expand on current CLINs, for services providing for flexibility in executing technology assessment. In the event that this is required, the Government will consider these modifications to be within the scope of this BAA and the resulting contract, and therefore will have met the requirements of the Federal Acquisition Regulation (FAR), DoD FAR Supplement (DFARS), and the Competition in Contracting Act. The benefit of this flexibility to the Government, and ultimately the taxpayer, is a significant increase in the Research and Development (R&D) return on investment. The flexibility to have multiple users (branches of the military) in the technology evaluation cycle is crucial and allows systems and technologies to be developed in a manner that has broader DoD market applications. This allows the technology resulting from the work of this BAA to be modularly reconfigured during development to meet goals and objectives for all DoD services. The Government does not consider the costs of concept papers or the cost to complete proposals in response to this BAA an allowable direct charge to any award resulting from this BAA or any other award. It may be an allowable expense to the normal bid and proposal indirect costs specified in FAR 31.205-18, independent research and development and bid and proposal costs. In accordance with federal statutes, regulations, DoD, and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. The Government cautions offerors submitting proposals that only a duly appointed Contracting Officer (KO) or Agreements Officer acting within the scope and limits of his or her authority may obligate the Government to the expenditure of funds. The Government will not consider requests for conference or symposium support, consultant services, engineering, marketing services, or training support under this announcement. This BAA is a continuously open announcement valid throughout the period from the date of issuance through 17 November 2026, unless superseded, extended, or canceled. The Government will accept concept papers up until 17 August 2026. The Government may make awards against this BAA up until 17 November 2026. The Government will post the BAA, and any subsequent amendments to this BAA when they occur, to the SAM.gov Contract Opportunities web site. Interested parties are encouraged to check this website periodically for updates and amendments.
FD2020-21-01154
NOUN: WHEEL ASSEMBLY,AIRC NSN: 1630012982516LE P/N: 220A123-2
FD2020-21-01155
NSN: 5306016428613LE NOUN: BOLT,MACHINE P/N: 201416427-01
FD2030-26-00170
NSN: 2840-01-309-1177NZ NOUN: SHROUD, COMPRESSOR A. TOP DRAWING: 4076475-01 EDL REVISION & DATE: 8 / 29 MAY 2025 MDC CODE: WCL IM NAME: MORGAN, ALEX S.
USAFA DFPM X-Band Microwave Resonator - Notice of Intent to Sole Source
Notice of Intent to Single Source This is a special notice prepared in accordance (IAW) with Federal Acquisition Regulation (FAR) subpart 5.2 - Synopses of Proposed Contract Actions. The contracting office for this notice is the 10th Contracting Squadron, USAF Academy, CO 80840. The United States Air Force Academy (USAFA) intends to award a firm-fixed-price single source contract to Bruker Biospin Corp, a large business located at 15 Fortune DR Billerica, Massachusetts 01821, United States. This procurement is for the acquisition of a commercial product using simplified acquisition procedures IAW FAR parts 12 and 13. The authority for this non-competitive award is FAR 13.106-1(b)(1), only one source reasonably available. The North American Industrial Classification System (NAICS) number for this acquisition is 334516, Analytical Laboratory Instrument Manufacturing, with a business size standard of 1000 employees. This synopsis is for informational purposes only and does not constitute a solicitation for bids, proposals, or quotes. DO NOT submit a bid/proposal/quote at this time. The anticipated award date is unknown. USAFA intends to acquire an X-Band Microwave Resonator meeting the following minimum salient characteristics: Specifically designed for EPR (electron paramagnetic resonance) and ENDOR (electron nuclear double resonance) microwave spectroscopy. Specifically designed for pulsed microwave spectroscopy. Rf tuning from 100 kHz to 50 MHz. An opening for sample access to resonator center that is at least 4 mm in diameter. Resonant frequency when empty to be about 9.8 ± 0.5 GHz. An operating temperature range from room temperature down to liquid He temp of about 4 K. Sample able to be changed at cryogenic temperatures. Optical access for laser beams, via sample rod. Ability to be used in a high vacuum chamber, mounted on the inside of a KF-50 vacuum flange. The distance from the flange to resonator center must be approximately 50 cm. THIS NOTICE OF INTENT IS NOT A SOLICITATION, REQUEST FOR PROPOSAL OR A REQUEST FOR QUOTATION. A solicitation package will not be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Information received in response to this notice will be considered solely for the purpose of determining whether conducting a competitive procurement in the future is in the best interest of the Government. All information submitted should support the offeror's capability to provide the supplies required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating any offeror's capability to provide these supplies. All communication must include Notice ID: USAFADFPMXBandMicrowaveResonator. Verbal responses are not acceptable and will not be considered. Responses and questions shall be received via email by john.perry.33@us.af.mil NLT 18 Aug 2025 at 1000 MDT.
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.
FD2030-25-02432
NSN: 2840-01-308-4467NZ NOUN: LINER, AUGMENTOR COM TOP DRAWING: 4070107 EDL REVISION & DATE: 23 / 24 JUL 2024 MDC CODE: WAB IM NAME: NGUYEN, NGUYEN N.
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
FD2030-26-00083
NSN: 1650-00-609-8372 NOUN: SERVOVALVE, HYDRAULI TOP DRAWING: 5-97213-2 EDL REVISION & DATE: 12 / 11 JUN 2025 MDC: EFG IM NAME: WILSON, MATTHEW S
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.
FD2020-21-01156
6680012615242WF TRANSMITTER, LIQUID 14 IMAGES
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.
WVA CSO Area of Interest- Advanced Cannon Technology
Federal Agency: U.S. Army Combat Capabilities Development Command (DEVCOM-AC), Benet Labs Program Office: Army Contracting Command-Watervliet Arsenal (ACC-WVA) AoI Title: Advanced Cannon Technology CSO AoI Number: W911PT23SC001-A002 AoI Release Date: 6/13/2023 Responses: See W911PT23SC001 for Procedure Details General Information Introduction This announcement is for an Advanced Cannon Technology (ACT)/Area of Interest (AoI) under the ACC-WVA Commercial Solutions Opening (CSO) W911PT23SC001. Interested parties are highly encouraged to visit the Government Point of Entry (www.sam.gov) to review the ACC-WVA special posting in its entirety to obtain more information on the process for submission and evaluation of the CSO AoI Responses. This CSO AoI seeks to solicit innovative solutions that meet the objectives detailed in Section 1.2 and 1.3. The term innovative is defined as any technology, process, or method, including research and development that is new as of the date of proposal submission, or any new application of an existing technology, process or method as of the proposal date. ACC-WVA is not obligated to extend a request for proposal or make an award as a result of this CSO AoI; all awards are subject to the availability of funds and successful negotiations. This CSO AoI is not an authorization to begin performance, and in no way obligates the Government for any costs incurred by the Offeror associated with developing a Response. Prior to commencement of any activities associated with performance under this CSO AoI, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. ACC-WVA reserves the right to modify the requirements of this CSO AoI. The authority to issue this CSO AoI is derived from ACC-WVA Commercial Solutions Opening W911PT23CS001 dated 1 June 2023. The CSO authority is Section 803 of the National Defense Authorization Act for FY2022, Public Law 117-81, and Class Deviation 2022-O0007. AoI Background U.S. Army Combat Capabilities Development Command (DEVCOM) is seeking ACTs in environmentally friendly bore coating technologies in order to eliminate the generation of hexavalent chromium, decrease life cycle costs, and increase readiness. Advanced Cannon Technology DEVCOM is interested in advanced manufacturing methods to compliment or replace the existing bore coating technologies and associated manufacturing processes in large caliber cannon. The use of novel, environmentally friendly, and carcinogenic free technologies is encouraged. Applications of these technologies should be proven and scalable for mass manufacturing. Suggested methodologies are noted below: Enhanced manufacturing methods related to lathe and mill work, cutting/sawing and honing and grinding. New technologies shall be environmentally friendly and applicable across a variety of materials (high strength low alloy steels, ultra-high steel steels, superalloys, composites and polymers). Additive manufacturing applications. The process of adding material to an existing structure for the purpose of rebuilding worn or damaged areas or adding engineered performance materials to provide corrosion protection or enhanced wear protection. AoI Constraints 1. Any selected company/companies will be required to be registered in the System for Award Maintenance (sam.gov). Submission Requirements A written solution must be sent via e-mail submission with subject line stating Advanced Cannon Technology, to the POC listed below. Solutions received after the specified due date and time will be discarded and not be evaluated by the Government. AoI Open Period – This AoI shall close at 26 August 2026 Point of contacts: AoI POC and questions can be sent to: Lauren Scripps at lauren.a.scripps.civ@army.mil
FD2020-21-00991-00
2840-01-318-3121FJ INLET RING,ENGINE
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors