Federal Contract Opportunities
Showing 801-850 of 1,797 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
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.
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.
Defense Logistics Information Research (DLIR) and Supply Chain Management (SCM)
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.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 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 solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 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 solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 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 solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 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 solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 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 solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Noun_MOTOR ASSY, ELECTRICAL_Application_E-3_NSN_6105-01-034-7689_Part_Number_102650EZ
See attached document.
Base Cameras, Columbus AFB, MS
Unless otherwise specified, the contractor shall furnish all personnel, transportation, equipment, tools, materials, and other resources required to: Provide, install, configure, and integrate a new Video Management System (VMS) Install servers or provide cloud base storage capable of storing at least 30 days of video recordings Install three (3) workstations or provide capability for administrators to log into the system virtually Replace fourteen (14) cameras and install an additional eleven (11) cameras at designated locations, as outlined in Attachment 1 Supply and install all necessary equipment and perform required configurations to integrate up to 40 existing Axis cameras into the operating system. The specific Axis camera models to be integrated are: Camera Model Name Minimum Firmware Supported - Axis 211 D2110-VE 11.10.61 Axis M3027-PVE M3027 5.55.1 Axis P-1448-LE P1448-LE 11.10.61 Axis P3346 P3346 11.10.61 Axis M3007-PVE M3007-PV 5.70.1 & 6.50.5.2 Axis P3301 P3301 5.40.9.2 Axis Q6000-E Mk II Q6000-E Mk II 6.50.5.7 Axis Q60 PTZ NFI NFI Axis Q1765-LE Q1765-LE 11.10.61 All equipment shall be connected to the Air Force Network and must comply with UFC requirements. The contractor shall become familiar with the security and network architecture of Columbus AFB to ensure an optimized and efficient system implementation. Contractor shall also provide software licensing for 1 base year and 4 option years. This requirement will be offered under NAICS Code: 561621, vendors that do not have this NAICS code referenced on SAM.gov will not be considered. This requirement will be awarded based on price and technical acceptability, where technical acceptability is defined as the vendor takes no exceptions to the Statement of Work.
AN_APG66_Transmitter_NSN5960014448163_PN588R901H02_ElectronTube
NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice/Sources Sought: 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 manufacture, 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 he has a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 588R901H02. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Manufacture/Process Verification: The offeror must manufacture 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 588R901H02. 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 588R901H02. This article shall be subjected to a form, fit, and 29-Sep-22 Section C 1/3 MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter function evaluation to demonstrate compatibility with the weapon system and to evaluate the manufacturing 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: $3000. 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 source for this item. Approval, however, does not guarantee subsequent contract award. 29-Sep-22 Section C 2/3 MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter 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 manufacturing process. g. QWC7: NA
Base Cameras, Columbus AFB, MS
NOTE: Solicitaton has been amended to add revised Statement of Work, Q and A, and extend the due date. Unless otherwise specified, the contractor shall furnish all personnel, transportation, equipment, tools, materials, and other resources required to: Provide, install, configure, and integrate a new Video Management System (VMS) Install servers or provide cloud base storage capable of storing at least 30 days of video recordings Install three (3) workstations or provide capability for administrators to log into the system virtually Replace fourteen (14) cameras and install an additional eleven (11) cameras at designated locations, as outlined in Attachment 1 Supply and install all necessary equipment and perform required configurations to integrate up to 40 existing Axis cameras into the operating system. The specific Axis camera models to be integrated are: Camera Model Name Minimum Firmware Supported - Axis 211 D2110-VE 11.10.61 Axis M3027-PVE M3027 5.55.1 Axis P-1448-LE P1448-LE 11.10.61 Axis P3346 P3346 11.10.61 Axis M3007-PVE M3007-PV 5.70.1 & 6.50.5.2 Axis P3301 P3301 5.40.9.2 Axis Q6000-E Mk II Q6000-E Mk II 6.50.5.7 Axis Q60 PTZ NFI NFI Axis Q1765-LE Q1765-LE 11.10.61 All equipment shall be connected to the Air Force Network and must comply with UFC requirements. The contractor shall become familiar with the security and network architecture of Columbus AFB to ensure an optimized and efficient system implementation. Contractor shall also provide software licensing for 1 base year and 4 option years. This requirement will be offered under NAICS Code: 561621, vendors that do not have this NAICS code referenced on SAM.gov will not be considered. This requirement will be awarded based on price and technical acceptability, where technical acceptability is defined as the vendor takes no exceptions to the Statement of Work.
FY25/26 Naval Aviation North Stars Enterprise-Wide Broad Agency Announcement (BAA)
The Government is interested in receiving white papers for research and development, which may include but is not limited to, rapid prototyping, demonstration, and experimentation projects that offer potential for advancements and improvements in Integrated Warfighting Capability across the Naval Aviation Mission Areas supporting Naval Operations and as applicable to Naval Air Systems Command (NAVAIR) and subordinate Commands. See the Attached N00019-25-S-0001 Broad Agency Announcement for further details. Ready to Get Started? Take a look at these FAQs attached. More information, including the BAA document, submission guidelines, and event details can be found on the official NAVAIR website https://www.navair.navy.mil/North-Stars Update as of 04 September 2025: Interested parties are hereby notified that a new Naval Aviation North Stars Enterprise-Wide Broad Agency Announcement (BAA) is posted here to SAM.gov as a follow-on to the previous BAA, N00019-24-S-0001, with additional flexibility, increased areas of interest, and lessons learned. NAVAIR is requesting your observations and insights to ensure an improved experience for all stakeholders. Please take a moment to complete the industry feedback form at NAVAIR’s official NANS BAA website: https://www.navair.navy.mil/North-Stars and help shape a better procurement mechanism.
FIRE TRUCK MAINTENANCE
THIS IS A Sources Sought Notice ONLY. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) business development programs, HUBZone, service-disabled veteran-owned, (SDVOSB) womanowned small business (WOSB), small, disadvantaged business (SDB), economically disadvantaged women owned small business (EDWOSB) are highly encouraged to identify capabilities in meeting the requirements. Please review the attached notice and the attached Performance Work Statement and submit your response in accordance with the date on the notice no later than September 5, 2025 @12pm EST.
Manufacture of Trailing Edge for the B-1 Aircraft.
Solicitation amendment to extend the closing date of the RFP, 100% set aside for small business for the manufacture of the trailing edge for the B-1 aircraft.
SSAT BQM-34S STING, NRE
The Naval Air Systems Command (NAVAIR), Aerial Targets Program Office (PMA-208) Patuxent River, Maryland, intends to enter negotiations and subsequently award a sole-source, Delivery Order under IDIQ N00019-25-G-0003 with Northrup Grumman Systems Corporation (NGSC), San Diego, CA. The anticipated delivery order is to provide Non-Recurring Engineering and preliminary production support for the BQM-34S Aerial Subsonic Target. The contract will be a combination of Cost Plus and Firm Fixed Price (FFP) and will include but not be limited to finalizing and release 2D drawing to 3D models, addressing parts obsolescence in subassemblies, assisting with engine and fuel design updates, updating software, qualifying and testing the design, and preparing the manufacturing factory floor tooling and test sets. Contract award is anticipated for the second quarter of calendar year 2027 and will have a duration of 36 months after contract award. The BQM-34 is a recoverable, remote controlled, subsonic aerial target, capable of speeds of up Mach 0.86 and altitudes from 10 to 60,000 feet. The BQM-34 system emulates Anti-Ship Cruise Missile (ASCM) and Surface-to-Air Missile (SAM) in support of weapons system test and evaluation. This requirement will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. NGSC is the sole designer, developer and manufacturer of the BQM-34S Subsonic Aerial Target system. NGSC is the only known contractor with the requisite knowledge, maintenance and repair experience, and noncommercial technical data and software rights to meet the Government’s requirements for the BQM-34S Subsonic Aerial Target system. IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted. Companies interested in subcontracting opportunities should contact NGSC directly via ATTN: AISR&T/RQ-4 or Kelsey Silver at P.O. Box 509066, San Diego, CA 92150-9066. All responsible sources may submit a capability statement, which will be considered by the agency. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice can be sent via email directly to Tamiko Blackson, tamiko.c.blackson.civ@us.navy.mil.
AIR COMBAT COMMAND HEADQUARTERS (ACC HQ) ACQUISITION MANAGEMENT INTEGRATION CENTER (AMIC) COMMERCIAL SOLUTIONS OPENING (CSO)
UPDATE 2 September 2025 - extend open period by one year UPDATE 22 May 2025 - Removed Topics 014 and 015 UPDATE 13 March 2025 - Added Topic 016 This Commercial Solutions Openings (CSOs), issued in accordance with DFARS 212.70, is a competitive solicitation seeking proposals for innovative, commercial technologies and services that accelerate attainment of capabilities detailed in Attachment 7 (of the included attachement) to meet ACC’s mission. ACC HQ intends to obtain innovative solutions or potential new capabilities that fulfill requirements, close capability gaps, or provide potential technology advancements. Solutions may include existing technologies or procedures, not currently in use by the United States Air Force (USAF), that would enhance or streamline USAF mission capabilities. "Innovative", as defined in DFARS 212.70, means any technology, process, application, or method, including research and development, which is new as of the date of proposal submission. This CSO seeks the best commercial approaches to meet various technology objectives of ACC. All items, technologies, and services acquired using this CSO will be treated as commercial items. The Government encourages white-paper proposals that span a wide spectrum of possible technical and business solutions in response to the specific technology topics listed in attachemnt 7 (of the included attachement). The Government reserves the right to award to any combination of proposals which offer the best overall value to the Government, and to oversee all processes and approaches once initiated. Awards of efforts as a result of this announcement will be in the form of FAR Part 12 contracts or other transactions (OT) as codified in 10 U.S.C. § 4022. Funding is not currently available for the topics provided in Attachment 7 (of the included attachement). Industry responses will be carefully reviewed and prioritized, with funding sought by ACC HQ to pursue innovative and optimal solutions. The price and affordability of proposed technologies will contribute to ACC’s interest in pursuing proposed solutions. Any awards resulting from this CSO will be made based on the evaluation results outlined in the attached document. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds. Questions regarding the administrative or technical content of this CSO and any white paper submissions (reference Para 4.2.1) must be forwarded via email to ACCAMIC.MFT.CSO@us.af.mil, with a copy to aimee.black@us.af.mil.
Guatemala - Vehicle Rental Service
The U.S. Embassy in Guatemala requires the rental services of three (3) vehicles for twelve (12) months to be used in and around Guatemala City.
93--PLASTIC SHEET
Proposed procurement for NSN 9330015658567 PLASTIC SHEET: Line 0001 Qty 2000 UI EA Deliver To: DLA DISTRIBUTION DEPOT OKLAHOMA By: 0090 DAYS ADO The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Digitized drawings and Military Specifications and Standards may be retrieved, or ordered, electronically. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes may be submitted electronically.
RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
The National Aeronautics and Space Administration (NASA) Science Mission Directorate (SMD) announces that its annual NASA Research Announcement (NRA), Research Opportunities in Space and Earth Sciences (ROSES) – 2025 will be released on or about July 10, 2025. ROSES is an omnibus solicitation with many individual program elements, each with its own due dates and topics. Table 2 and Table 3 of this NRA, which will be posted at https://solicitation.nasaprs.com/ROSES2025table2 and https://solicitation.nasaprs.com/ROSES2025table3, respectively, provide proposal due dates and hypertext links to descriptions of the solicited program elements of this NRA. Together, these program elements cover the wide range of basic and applied supporting research and technology in space and Earth sciences supported by SMD. The ROSES NRA is written to allow program elements to issue awards to non-governmental organizations as grants, cooperative agreements, or contracts depending on the nature of the work proposed. However, at the time of release, all active program elements of ROSES specifically exclude contracts, because contracts would not be appropriate for the nature of the work solicited. Thus, unless otherwise specified by the program element, awards to non-governmental organizations deriving from ROSES will be federal assistance. Awards to government labs, including funded Co-Investigators on proposals non-governmental organizations, will be inter- or intra-agency transfers, as appropriate. Except for China (see Section III.c of the ROSES Summary of Solicitation), organizations of every type, domestic and foreign, government and private, for profit and not-for-profit, may submit proposals without restriction on teaming arrangements. However, not all organizations will receive funding; foreign organizations in general are not funded, see https://science.nasa.gov/researchers/sara/faqs/#faq-14. Also, Earth Science Division (i.e., Appendix A) program elements have a new eligibility restriction: Federal agencies other than NASA and FFRDCs other than JPL will not receive funding from Appendix A elements. Team members from government agencies other than NASA are welcome at no cost (as unfunded Co-Is or collaborators). Awards range from under $100K per year for focused, limited efforts (e.g., data analysis) to more than $1M per year for extensive activities (e.g., development of hardware for science experiments and/or flight). Periods of performance are typically three years, but some programs may allow up to five years and others specify shorter periods. The funds available and the anticipated number of awards are given in each program element and range from less than one to several million dollars, allowing for selection from a few to as many as several dozen proposals. Continued solicitation of proposals and issuance awards is contingent on appropriation of funding. Electronic submission of proposals is required by the respective due dates for each program element and must be submitted by an authorized official of the proposing organization. Most program elements will be set up for application via Grants.gov only if requested at least 30 days in advance of the due date. For more on Grants.gov submissions see Section IV(b)v of the ROSES Summary of Solicitation, that may be found at https://solicitation.nasaprs.com/ROSES2025. Every organization that intends to submit a proposal in response to ROSES must be registered with NSPIRES; organizations that intend to submit proposals via Grants.gov must be registered with Grants.gov in addition to being registered with NSPIRES. Such registration must identify the authorized organizational representative(s) who will submit the electronic proposal. All proposal team members must be registered in NSPIRES regardless of the submission system so we may perform automatic organizational conflict of interest checking of reviewers. Potential proposers and proposing organizations are urged to access the system(s) well in advance of the proposal due date(s) of interest to familiarize themselves with its structure and to enter the requested information. Notices of intent to propose and Step-1 Proposals will be due no earlier than August 11, 2025, and full (Step-2) Proposals will be due no earlier than September 8, and may be due as late as May 2026, at which time it is expected that the first full (Step-2) proposal due dates for ROSES-26 will begin. Potential proposers are strongly encouraged to read Section I(d) of the ROSES Summary of Solicitation and ROSES-25 FAQ#1 that list significant changes from recent ROSES. Compliant and responsive proposals are peer reviewed vs. the standard evaluation criteria defined in Section 12 of the NASA Grants and Cooperative Agreement Manual (GCAM) available on the Grants Policy web page at https://www.nasa.gov/grants-policy-and-compliance-team/#Regulations. ROSES clarifications, corrections and amendments occur over the course of the year; TBD program elements are finalized, and due dates released. To learn of the addition of new program elements and all amendments to this NRA, proposers may: (1) Subscribe to the SMD mailing lists (by logging in at http://nspires.nasaprs.com/ and checking the appropriate boxes under "Account Management" and "Email Subscriptions"). (2) Get automatic updates of due dates using the ROSES-2025 due date Google calendar, see How to Subscribe to the ROSES-2025 Due Date Calendars at https://science.nasa.gov/researchers/sara/library-and-useful-links; and (3) Check the ROSES-2025 Blog at https://science.nasa.gov/researchers/sara/grant-solicitations/roses-2025/ Frequently asked questions about ROSES-2025 will be posted at http://science.nasa.gov/researchers/sara/faqs/ shortly after release. Questions concerning the individual program elements in ROSES should be directed to the point(s) of contact in the Summary Table of Key Information at the end of the program element and at http://science.nasa.gov/researchers/sara/program-officers-list/. Subject matter experts are encouraged to sign up to be a volunteer reviewer at https://science.nasa.gov/researchers/volunteer-review-panels
RENTAL OF ONE (1) DIESEL AIR COMPRESSOR AND AIR DRYER
Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the rental of one (1) 1500 cfm Air Compressor w/ Air Dryer. The required items are for commercial items prepared in accordance with the information in FAR subpart 12.6 and FAR part 13, as supplemented with additional information included in this notice. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with Total Small Business only. The North American Industry Classification Standard (NAICS) code applicable to this procurement is 532490. The small business size standard is 1,300. The Product Service Code is W043. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Once available, the solicitation will be posted on SAM, https://sam.gov. Solicitation N42158-25-Q-0072 and subsequent amendments will be posted to this website (beta.sam.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the Beta SAM website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at Beta SAM on the interested vendor list under N42158-25-Q-0072. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at https://sam.gov. By submitting a quotation, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quotation. By submission of a quotation, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offeror’s may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Rebekah Riggins, Contract Specialist at rebekah.r.riggins.civ@us.navy.mil.
RENTAL OF (3) HP AIR COMPRESSORS
Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the rental of three (3) Ships Service High Pressure Air Compressors. The required items are for commercial items prepared in accordance with the information in FAR subpart 12.6 and FAR part 13, as supplemented with additional information included in this notice. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with Total Small Business only. The North American Industry Classification Standard (NAICS) code applicable to this procurement is 532490. The small business size standard is 1,300. The Product Service Code is W043. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Once available, the solicitation will be posted on SAM, https://sam.gov. Solicitation N42158-25-Q-0071 and subsequent amendments will be posted to this website (beta.sam.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the Beta SAM website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at Beta SAM on the interested vendor list under N42158-25-Q-0071. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at https://sam.gov. By submitting a quotation, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quotation. By submission of a quotation, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offeror’s may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Rebekah Riggins, Contract Specialist at rebekah.r.riggins.civ@us.navy.mil.
Passes of the Mississippi River, South Pass, Maintenance Dredging ( Non-Continuous), Plaquemines Parish, LA ED-25-004
Description and Magnitude of Work is as follows: The work consists of dredging of shoal material from South Pass within the limits shown on the contract drawings above elevation-23.5' MLLW over a 300' bottom width, satisfactory disposal of the dredged material at the disposal sites as required by this solicitation. (The estimated time of completion is 385 calendar days after receipt of Notice to Proceed. The solicitation will include 31 drawings and specifications). The magnitude of construction range for this Dredge is between $25,000,000.00 and $100,000,000.00. The solicitation will issue on or about 7 August 2025, and 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 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 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), 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 Melissa A. Vaughn at 504-862-2762 (e-mail Melissa.A.Vaughn@usace.army.mil) or Shaun A. McAfee at 504-862-2918 (email shaun.a.mcafee@usace.army.mil.
JRE Help Desk
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the guidelines established in the Federal Acquisition Regulation (FAR) Part 13, utilizing Simplified Acquisition Procedures. This announcement serves as the sole solicitation; no written solicitation will be issued. The Air Force intends to award a non-competitive contract to Science Applications International Corporation (SAIC) in accordance with FAR 13.106-1(b)(1), which permits procurement from a single responsible source when no other supplies or services can fulfill agency requirements. The requirement is for Joint Range Extension (JRE). The contractor shall deliver help desk support and sustainment services for the following JRE systems: JRE-3081, JRE-3171, JRE-3172, and JRE-13240. The applicable North American Industry Classification System Code for this requirement is 541512. This synopsis is issued in compliance with FAR Part 5.203. The 633rd Contracting Squadron, located at 14 Burrell St, building 67, Langley AFB, VA 23665, intends to award a sole source contract to acquire services in support of the Air Combat Command CSS/SCPI . This notice of intent does not constitute a request for competitive quotes; however, interested parties who believe they possess the capability to fulfill this requirement are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil for review no later than 4:00 PM Eastern Time on September 9, 2025. Late submissions will not be considered. Please ensure that your response includes clear and persuasive evidence that competitive procurement would be beneficial to the Air Force. The decision by the Government not to pursue competitive contracting based on responses to this notice rests solely with the Government. Information received will generally be evaluated solely for the purpose of determining whether to proceed with a competitive procurement. For any inquiries regarding this notice, please contact SSgt Tierra Brown at tierra.brown.1@us.af.mil Note: Late responses will not be considered.
Q402--Q402- Atlanta VAMC Community Nursing Home Services
This Presolicitation Notice is being amended to reflect the following changes: Changes to the Product Service Code from 62-Lighting Fixtures, Lamps to Q402- Nursing Home, Long-Term & Adult Day Care Services. The correct response date is September 11, 2026 The place of performance will be eligible Community Nursing Homes in the Atlanta, Georgia Catchment Area. This is an open continuous acquisition for a 12 month period, the solicitation will close on September 30, 2026 proposals will not be accepted after this date,
Q999--621I R4 Solicitation Refresh: RFP-797-FSS-00-0115-R4
This solicitation is issued for Federal Supply Schedule FSC Group Q999, Federal Supply Schedule 621 I for Professional & Allied Healthcare Staffing Services. The type of contracts awarded is multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) with Economic Price Adjustment (EPA) provisions. Solicitation RFP-797-FSS-00-0115-R4 is a standing solicitation which is replacing the previous solicitation RFP-797-FSS-00-0115-R3. This solicitation is issued on an open and continuous basis and does not contain a closing date for receipt of offers. New offers may be submitted at any time. Contract performance will commence on the effective date of award and expire five years from date of award unless canceled, terminated, or extended pursuant to any option provision included in the contract. Point of contact: FSS Helpdesk, 708-786-7737 or HelpDesk.ammhinFSS@va.gov.
E-4B National and Nuclear Communication Support (N2CS) Services
To obtain a copy of the draft RFP documents, the government requires the submission of an approved DD 2345. We will not be able to provide a copy of any of the attached documents until the form DD 2345 has been approved. For more information regarding obtaining an approved DD 2345 see the website below: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ FAR 5.207(a)(1)-(18): See RFP FA813425RB004. Description: The purpose of the N2CS ID/IQ is to procure sustainment and modernization services for mission communications systems aboard E-4B aircraft. This includes engineering, program management, field service representative support, specialized software sustainment and modernization, cybersecurity support, and facilities management support and expansion development of the System Integration Lab (SIL) necessary to perform the sustainment and modernization of the critical capabilities for the mission communication suite. The mission communication system's primary mission is to serve as the NAOC and is the key component of the National Military Command System (NMCS) for the President, the Secretary of Defense, and the Joint Chiefs of Staff. In case of a national emergency or destruction of ground command and control centers, the E-4B aircraft provides a highly survivable command and control communications center to direct United States Forces, execute emergency war orders, and coordinate action by civil authorities. Additionally, the E-4B provides outside the continental United States travel support for the Secretary of Defense and his staff to ensure Title 10 command and control connectivity; and it supports Federal Emergency Management Agency by providing communications and command center capability to relief efforts following natural disasters. The success of the E-4B mission is dependent on its ability to communicate effectively. The total estimated contract ceiling amount is $984M, with an ordering period of up to 10 years with the last order ending 18-months after the last option is exercised in accordance with FAR 52.217-8, if needed. This Class J&A covers all contract actions including options and task orders for all CLINs. The ID/IQ will have a $500,000 minimum order amount, which will be met with the first order issued in conjunction with the basic contract award. A ten (10) year ordering period broken up into options that are based on three-year increments mirroring the anticipated pricing arrangements until the last year is in the Government's best interest to provide uninterrupted service. Because the Basic ID/IQ will mirror the pricing structure increments, it will flow logically for future contract administration. Included within the contract are the following types of fund appropriations: Sustainment (3400): This includes Field Service Representatives, Program Management, Recurring/Non-recurring Engineering, Recurring/Non-recurring Software Engineering, Materials/Spares, Mission Support Facility (MSF) Ops & Maintenance, SIL Sustainment and Technology Refresh, Low-Cost Modifications, Other Sustainment, Transportation, Travel, and Data. Research and Development (3600): This includes Non-recurring Engineering, Non-recurring Software Engineering, Modifications, SIL Expansion and Modernization, Prototype Kit Development, Travel, and Data Modifications (3010): This includes Non-recurring Engineering, Non-recurring Software Engineering, Materials, Modifications, Travel, Data and Transportation Requirements identified within the basic Performance Work Statement (PWS) include Support Tasks for liaison engineering to address specific tasks requirements, cybersecurity initiatives, scheduling, and other related quality assurance system modernization, planning, and program management to assist in resolving issues including, but not limited to: engineering data/vendors, logistics, certifications, test support, maintenance, troubleshooting emergency maintenance off-site and on aircraft, planning, communication suite modifications tech refreshes and upgrades, system integration lab expansion, modernization, and sustainment, studies to upgrade current systems and address obsolescence issues, and for material and other direct costs necessary for the overall sustainment of the mission communication suite. This ID/IQ CLIN structure will include separately priced CLINS for intellectual property (IP) rights. All applicable data rights clauses will be contained within the base ID/IQ contract and each task order will identify the appropriate IP rights the contractor will grant and elver under the task order. FAR 5.207(c)(12)(i): Currently, the Justification & Approval (J&A) is was approved on 4 Jul 25 under the authority of FAR 6.302-1. FAR 5.207(c)(14)(i): One or more of the items under this acquisition is subject to Free Trade Agreements. FAR 5.207(c)(14)(ii): One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. FAR 5.207(c)(14)(iii): One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. FAR 5.207(c)(15): The government is intending to award to Joint Venture Strategic Mission Systems (7NF16). The Joint Venture partners include Enclave Management, Inc (Enclave) (CAGE 4SX36), Crescent Systems, Inc. (CSI) (CAGE 046M3), and Executive Airborne Solutions, Inc. (EAS) (CAGE 5LPN5). FAR 5.207(c)(16)(ii): All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. FAR 5.207(f): Contracting officers may publish notices of solicitation cancellations (or indefinite suspensions) of proposed contract actions in the GPE. FAR 52.232-18 Applies and the Government may cancel this notice at anytime without notice. Please contact Caroline Larkin (Caroline.Larkin@us.af.mil), Lisa Murrell (Lisa.Murrell@us.af.mil), and Amanda Jones (Amanda.Jones.39@us.af.mil).
Passes of the Mississippi River, South Pass, Maintenance Dredging ( Non-Continuous), Plaquemines Parish, LA ED-25-004
Amendment 0001 for W912P825B0047 Bid opening date Tuesday, 16 September 2025 at 11:00 CST has been changed. Revised amendment will be issued with new bid opening date. Solicitation Package for W912P825B0047 Bid opening date Tuesday, 16 September 2025 at 11:00 CST Questions are due no later than 3 September 2025 at 2:00PM. CST Drawings for W912P825B0047
R408--VISN 2 Bronx ESPC Project Facilitator Services
Pre-Solicitation Notice Other Than Full and Open Competition This is a pre-solicitation notice to inform that The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) will be soliciting for Project Facilitator (PF) Services under NAICS 541690 to support the VISN 2 Bronx VAMC Energy Savings Performance Contract (ESPC) via a direct sole source SDVOSB contracting authority under FAR 13.106-1(b)(1), Public Law (PL) 109-461, and 38 U.S.C 8127 Veterans First benefits program. This procurement is being conducted in accordance with the procedures in Federal Acquisition Regulations (FAR) Part 12 & Part 13 Simplified Acquisition Procedures (SAP). The Government contemplates the award of one (1) Firm Fixed Price (FFP) contract with one (1) base year and four (4) option years for a total of five (5) years. The project scope of work will have the PF be responsible for providing PF services to support Measurement and Verification (M&V) Report review as well as overall project tracking and reporting on meeting minutes for a base and four years for a total of five years to coincide with the ESPC M&V schedule. Project facilitator must be DOE approved. The Government anticipated period of performance for this requirement will begin on 25-Sep-25 and conclude on 24-Sep-30. An earlier start date is possible should the Contractor and the Government come to a mutual agreement prior to 19-Sep-25. A solicitation and request for quote will not be posted to FBO as this will be a direct award to one SDVOSB. A Request for Proposal will be issued directly to EMP2 Inc. The Government intends to evaluate the proposal using the best value approach, where price and technical will be considered factors. This pre-solicitation notice does not constitute a Request for Quote or Request for Proposal. This pre-solicitation notice is being provided IAW with FAR 5.204 Pre-solicitation notices.
R408--Acquisition Support Services
Pre-Solicitation Notice Other Than Full and Open Competition The Veterans Health Administration (VHA), Program Contracting Activity (PCAC) intends to negotiate on a sole-source basis with Veterans Management Services Inc., a Service-Disabled Veteran Owned Small Business (SDVOSB), for acquisition support services to support PCAC. This project will provide for various types of acquisition support services in support of VHA contracting requirements. The North American Industry Classification System (NAICS) code for this requirement is 541611 with a small business size Standard of $24.5 million. The authority for restricting competition on this requirement is 38 U.S.C. 8127(c), known as the Veterans First Contracting Program, which provides the authority to directly contract with an SDVOSB or a VOSB. The decision to make a sole-source award is a business decision wholly within the discretion of the Government. This notice of intent is not a request for quotes or proposals. No contract award will be made based on quotations or proposals received in response to this notice. No solicitation document exists, and no telephone or email inquiries will be accepted. Any responsible source who believes it can meet the requirement may submit a capability statement to Joseph Senkovich via email at Joseph.Senkovich2@va.gov no later than September 30, 2025, at 3:00pm (ET). A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. The Government anticipated period of performance for this requirement will begin on 29-Sep-25 and conclude on 28-Sep-26. An earlier start date is possible should the Contractor and the Government come to a mutual agreement prior to 29-Sep-25. This pre-solicitation notice does not constitute a Request for Quote or Request for Proposal. This pre-solicitation notice is being provided IAW with FAR 5.204 Pre-solicitation notices. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not oblige the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
R408--Acquisition Support Services
Pre-Solicitation Notice Other Than Full and Open Competition The Veterans Health Administration (VHA), Program Contracting Activity (PCAC) intends to negotiate on a sole-source basis with Veterans Management Services Inc., a Service-Disabled Veteran Owned Small Business (SDVOSB), for acquisition support services to support PCAC. This project will provide for various types of acquisition support services in support of VHA contracting requirements. The North American Industry Classification System (NAICS) code for this requirement is 541611 with a small business size Standard of $24.5 million. The authority for restricting competition on this requirement is 38 U.S.C. 8127(c), known as the Veterans First Contracting Program, which provides the authority to directly contract with an SDVOSB or a VOSB. The decision to make a sole-source award is a business decision wholly within the discretion of the Government. This notice of intent is not a request for quotes or proposals. No contract award will be made based on quotations or proposals received in response to this notice. No solicitation document exists, and no telephone or email inquiries will be accepted. Any responsible source who believes it can meet the requirement may submit a capability statement to Joseph Senkovich via email at Joseph.Senkovich2@va.gov no later than September 30, 2025, at 3:00pm (ET). A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. The Government anticipated period of performance for this requirement will begin on 29-Sep-25 and conclude on 28-Sep-26. An earlier start date is possible should the Contractor and the Government come to a mutual agreement prior to 29-Sep-25. This pre-solicitation notice does not constitute a Request for Quote or Request for Proposal. This pre-solicitation notice is being provided IAW with FAR 5.204 Pre-solicitation notices. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not oblige the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
Please see attached presolicitation for P919 Bulk Fuel Tank Farm Improvements, Phase 1 Naval Station Rota, Spain.
Bradshaw Army Airfield Obstruction Survey
The purpose of this requirement is to provide Military Airfield Obstruction Survey at Bradshaw Army Airfield, Pohakuloa Training Area, Island of Hawaii. This supports USAG-HI Department of Public Works' (DPW) mission to support Army and FAA regulatory requirements and USAASA aviation review processes. Contractors shall review Attachments 0001 - 0005.
Bradshaw Army Airfield Obstruction Survey
The purpose of this requirement is to provide Military Airfield Obstruction Survey at Bradshaw Army Airfield, Pohakuloa Training Area, Island of Hawaii. This supports USAG-HI Department of Public Works' (DPW) mission to support Army and FAA regulatory requirements and USAASA aviation review processes. Contractors shall review Attachments 0001 - 0005.
NSN 5306-01-185-6237 BOLT,MACHINE
Sources are being sought for NSN 5306-01-185-6237. The approved sources are SPS Technologies, LLC (cage: 56878) and Avibank Mfg., Inc (cage 84256) . The Government does not own the drawings or Technical Data for this item. Provide us with any sources that are able to manufacture the item. Please also provide the location of the manufacturer as well as the point of contacts. All of this information can be submitted to David Williams at david.k.williams@dla.mil. Thank you
SPRRA224R0088 MLRS SPARES
DESCRIPTION: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. THIS SOURCES SOUGHT SYNOPSIS (SSS) IS IN SUPPORT OF MARKET RESEARCH BEING CONDUCTED BY THE DEFENSE LOGISTICS AGENCY, REDSTONE ARSENAL, ALABAMA TO IDENTIFY POTENTIAL MANUFACTURING/SUPPLY SOURCES, AND IF FUTURE EFFORTS CAN BE COMPETITIVE OR SET ASIDE FOR SMALL BUSINESS. T HE PROPOSED NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEMS (NAICS) CODE AND THE CORRESPONDING SIZE STANDARD OF EMPLOYEES IS LISTED BELOW. THIS SSS IS TO NOTIFY COMPANIES THAT THE DEFENSE LOGISTICS AGENCY, REDSTONE ARSENAL, ALABAMA, IS SEEKING QUALIFIED SOURCES FOR THE ACQUISITION FOR THE ITEM LISTED BELOW IN SUPPORT OF THE MULTIPLE LAUNCH ROCKET SYSTEM. THIS REQUIREMENT WILL BE FOR A ONE-TIME BUY FOR THE FOLLOWING ITEM(S). CONTROL SECTION, GUI, NSN: 1420-01-540-8608, PART# 13540365, NAICS-336419 & SIZE-1050 TEST SET, ROCKET LAU, NSN: 4933-01-711-0503, PART# 13547638, NAICS-334419 & SIZE-750 TEST SET, GUIDED MIS, NSN: 4993-01-710-7883, PART# 13547637, NAICS-334419 & SIZE-750 THE TECHNICAL DATA FOR THIS PART HAS UNDERGONE FULL SCREENING PER THE DFARS PGI 217.7506, SPARE PARTS BREAKOUT PROGRAM. THESE ITEMS HAVE BEEN ASSIGNED AMC/AMSC CODES 3B AND 4D. 3B MUST BE ACQUIRED, FOR THE SECOND OR SUBSEQUENT TIME, DIRECTLY FROM THE ACTUAL MANUFACTURER. THIS PART MUST BE ACQUIRED FROM A MANUFACTURING SOURCE(S) SPECIFIED ON A SOURCE CONTROL OR SELECTED ITEM DRAWING AS DEFINED BY THE CURRENT VERSION OF DOD-STD-100. SUITABLE TECHNICAL DATA, GOVERNMENT DATA RIGHTS, OR MANUFACTURING KNOWLEDGE ARE NOT AVAILABLE TO PERMIT ACQUISITION FROM OTHER SOURCES, NOR QUALIFICATION TESTING OF ANOTHER PART, NOR USE OF A SECOND SOURCE PART IN THE INTENDED APPLICATION. ALTHOUGH, BY DOD-STD-100 DEFINITION, ALTERED AND SELECTED ITEMS SHALL HAVE AN ADEQUATE TECHNICAL DATA PACKAGE, DATA REVIEW DISCLOSES THAT REQUIRED DATA OR DATA RIGHTS ARE NOT IN GOVERNMENT POSSESSION AND CANNOT BE ECONOMICALLY OBTAINED. IF ONE SOURCE IS AVAILABLE, AMCS 3, 4, OR 5 ARE VALID. IF AT LEAST TWO SOURCES EXIST, AMCS 1 OR 2 ARE VALID. 4D MUST BE ACQUIRED, FOR THE FIRST TIME, DIRECTLY FROM THE ACTUAL MANUFACTURER. THE DATA NEEDED TO ACQUIRE THIS PART COMPETITIVELY IS NOT PHYSICALLY AVAILABLE, IT CANNOT BE OBTAINED ECONOMICALLY, NOR IS IT POSSIBLE TO DRAFT ADEQUATE SPECIFICATIONS OR ANY OTHER ADEQUATE, ECONOMICAL DESCRIPTION OF THE MATERIAL FOR A COMPETITIVE SOLICITATION. AMCS 3, 4, OR 5 ARE VALID. AS A RESULT, THIS ACQUISITION IS CURRENTLY BEING PROCURED UNDER FEDERAL ACQUISITION REGULATION (FAR) 6.302-1(A)(2) HAVING ONLY A LIMITED NUMBER OF RESPONSIBLE SOURCES. THE GOVERNMENT IS INTERESTED IN ALL BUSINESSES TO INCLUDE 8(A), SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS, SERVICE-DISABLED VETERAN-OWNED, HUBZONE, AND WOMEN-OWNED SMALL BUSINESS CONCERNS. ALL OFFERORS MUST MEET PREQUALIFICATION REQUIREMENTS IN ORDER TO BE ELIGIBLE FOR AWARD. THE U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND AVIATION & MISSILE CENTER’S (AVMC DEVCOM) SYSTEM READINESS DIRECTORATE (SRD), SUSTAINMENT DIVISION (SD) IS THE ENGINEERING SOURCE AUTHORITY FOR SOURCE APPROVALS. FIRMS THAT RECOGNIZE AND CAN PRODUCE THE REQUIRED ITEM DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES. FIRMS ARE ENCOURAGED TO SEEK SOURCE APPROVAL IN ORDER TO COMPETE FOR FUTURE EFFORTS BY EMAILING INQUIRIES TO: USARMY.REDSTONE.DEVCOM-AVMC.MBX.AMR-SS-SAR@MAIL.MIL. THE CLOSING DATE ANNOTATED IS AN ESTIMATED DATE AND MAY BE ADJUSTED DEPENDENT UPON THE DATE OF RELEASE FOR SOLICITATION; HOWEVER, THE SOLICITATION WILL NOT CLOSE PRIOR TO THE DATE STATED ABOVE. FOREIGN FIRMS ARE REMINDED THAT ALL REQUESTS FOR SOLICITATION MUST BE PROCESSED THROUGH THEIR RESPECTIVE EMBASSIES. THE CONTRACTOR SHALL BE CAPABLE OF SUCCESSFULLY PERFORMING AND COMPLYING WITH ANY AND ALL SPECIAL REQUIREMENTS IN ACCORDANCE WITH THE TERMS AND CONDITIONS SET FORTH IN THE SOLICITATION ANNOTATED ABOVE, AT THE UNIT PRICES ESTABLISHED AT TIME OF A CONTRACT AWARD. THE CONTRACTOR WILL BE RESPONSIBLE FOR RECURRING AND NONRECURRING ENGINEERING SERVICES ASSOCIATED WITH BECOMING A QUALIFIED SOURCE. THE CONTRACTOR WILL ALSO BE RESPONSIBLE FOR ALL ASPECTS OF THE MANUFACTURING/PRODUCTION PROCESS, INCLUDING BUT NOT LIMITED TO - SUPPLY CHAIN MANAGEMENT, LOGISTICS, FORECASTING OF PARTS, LONG-LEAD PARTS PROCUREMENT, MATERIAL FORECASTING, OBSOLESCENCE ISSUES AND FINAL DELIVERY OF ASSETS AS WELL AS ANY AND ALL ADDITIONAL COSTS INCURRED RESULTING FROM CONTRACT PERFORMANCE. PROCUREMENT CONSISTS OF TWO OR MORE REQUIREMENTS FOR SUPPLIES, BASED ON FORECASTED DEMANDS. THE SUBSEQUENT SOLICITATION SHALL INCLUDE A REQUEST FOR ECONOMIC ORDER QUANTITIES (EOQS) TO ENSURE OPTIMAL ORDERING QUANTITIES. THE EOQ REQUEST, IS TO AVOID ACQUISITIONS IN DISADVANTAGEOUS QUANTITIES AND TO ASSIST THE GOVERNMENT IN DEVELOPING DATA FOR CURRENT AND FUTURE ACQUISITIONS OF THIS ITEM/THESE ITEMS. THE GOVERNMENT ANTICIPATES THE OFFEROR’S PROPOSAL (IN VIEW OF MARKET RESEARCH, HISTORICAL AWARDS, THE NATURE OF THE ITEM(S) BEING SOLICITED, AND THE CURRENT ECONOMIC ENVIRONMENT) WILL INCLUDE QUANTITIES/RANGES THAT WILL VARY FROM THOSE BEING SOLICITED. THE SOLICITED QUANTITIES ARE BASED ON ESTIMATED ANNUAL DEMANDS AND AS SUCH GOVERNMENT RESERVES THE RIGHT TO AWARD THE MOST ADVANTAGEOUS QUANTITIES &/OR RANGES. THE GOVERNMENT RETAINS THE RIGHT TO CANCEL THIS PROCUREMENT, PARTIALLY OR IN ENTIRETY BEFORE AWARD. IN THE EVENT THE GOVERNMENT CANCELS THIS ACQUISITION (PARTIALLY OR IN ENTIRETY) BEFORE AWARD, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THIS ACQUISITION MAY CONTAIN TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470. ARMS EXPORT INFORMATION CANNOT BE RELEASED OUTSIDE THE UNTIED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. EXPORT CONTROL REQUIRES THE APPLICABLE CERTIFICATIONS TO BE CURRENT FOR BOTH THE QUOTER AND MANUFACTURER. THE OFFEROR AND ANY SOURCE(S) OF SUPPLY IT WILL USE FOR CONTRACT PERFORMANCE MUST HAVE AN ACTIVE UNITED STATES/CANADA JOINT CERTIFICATION PROGRAM (JCP) CERTIFICATION TO ACCESS EXPORT-CONTROL DATA. DLA DOES NOT INTEND TO DELAY AWARD IN ORDER FOR AN INELIGIBLE OFFER OR ITS SOURCE(S) OF SUPPLY TO APPLY FOR AND RECEIVE AUTHORITY TO ACCESS THE EXPORT-CONTROLLED DATA.
J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: Title: Panic and Intrusion Alarm Replacement and Monitoring NAICS Code: 561621, Security Systems Services (except Locksmiths) Locations: Fairview VA Clinic, 1800 NE Market Drive, Fairview, OR 97024 Hillsboro VA Clinic,1925 NE Stucki Ave, 3rd and 4th Floor, Hillsboro, OR, 97006 West Linn VA Clinic, 1750 SW Blankenship Road, Suite 300, West Linn, OR 97068 The Dalles CBOC, 704 Veterans Drive, The Dalles, OR 97058 Bend CBOC, 2650 NE Courtney Drive, Bend, OR, 97701 Salem CBOC, 1750 McGilchrist Street SE, Salem, OR 97302 Tasks: Within 30 days, upon award of the contract, the contractor shall remove, install, and test all new components at each location. This should include, keypads, panels, motion sensors, and wireless panic alarms, to the quantity provided at each location. Motion sensors must be based off of PIR and/or Microwave Technology. Sensors should range in detection distance of 40 to 200 feet depending on the area being covered. Some areas will require 360-degree sensors due to cross areas. Sensors should comprise of anti-masking technology where available. Once installed, Contractor shall provide alarm monitoring 24/7. All Security Systems and components must have the ability to be live tested with the monitoring station every month. This will include individual panic alarms, motion sensors, door contacts, and any other form of input. All systems must have the ability to accept multiple access codes with only one master code. The system should have the ability to track which codes were used to arm and disarm the system. The system should have the capability to be armed and disarmed with the use of a proximity card or key fob. With the possible potential to use HSPD-12 compliant ID cards, commonly known as VA PIV Badges or CAC Cards. The government should have the ability to log into the systems remotely to arm, disarm, and view activity history remotely. Contractor shall reply to repair requests within 4 hours of call. All repairs must be completed within 5 days. If not the contractor needs to supply a detailed action plan and any mitigations Period of Performance: Estimate 12/1/2025-11/30/2026 plus Option Years 1-4. Potential candidates having the capabilities necessary to provide the above stated services are invited to respond to this Sources Sought Notice via e-mail to Danielle Carrico at Danielle.Carrico@va.gov no later than 9/26/2025 at 5PM PT. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name UEI # (sam.gov) Address Business size Point of contact name, phone number, and e-mail address Capability statement GSA Federal Supply Schedule contract, if applicable Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
Research Options for Space Enterprise Technologies (ROSET)
BROAD AGENCY ANNOUNCEMENT FA9453-17-S-0005 Air Force Research Laboratory/Space Vehicle Directorate ANNOUNCEMENT OVERVIEW Amendment 2 12 October 2018 NAICS CODE: 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) The NAICS small business size standard is 1000 employees (1250 employees for Space Vehicles and Guided Missiles, their propulsion units, propulsion unit parts, and auxiliary equipment and parts), please refer to www.sba.gov for any changes. FEDERAL AGENCY NAME: Air Force Research Laboratory Space Vehicle Directorate (AFRL/RV) BROAD AGENCY ANNOUNCEMENT TITLE: Research Options for Space Enterprise Technologies (ROSET) BROAD AGENCY ANNOUNCEMENT TYPE: Broad Agency Announcement (BAA) with CALLs CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 Air Force Defense Research Sciences Program and 12.910 Research and Technology Development. Assistance instruments or CFDA opportunities are anticipated and will be CALL dependent. PROPOSAL DUE DATE AND TIME: This BAA will remain open for a period of 10 years from the date of publication. NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS BASELINE BAA. Proposal due dates and times will be specified in each CALL. Proposals received after the due date and time specified in the CALL shall be governed by the provisions of FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the above stated date and time as a result of security delays will be considered "late". Note: If offerors use commercial carriers for delivery of proposals, carriers may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. BRIEF PROGRAM SUMMARY: This is a 10 year BAA describing the research areas of interest for the Research Options for Space Enterprise Technologies (ROSET). This closed BAA approach allows for submittals at a specified date and time, which will be posted through the issuance of CALL announcements at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in SAM.gov. Any changes or cancellation of the BAA will be posted as amendments to this BAA. The annual reviews and subsequent amendments to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. These subsequent CALLs will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information pertaining to the specific research technical topic area, and the estimated funding profile for the CALL. GENERAL INFORMATION: This acquisition will be UNRESTRICTED. Small businesses are encouraged to propose on all or any part of the BAA CALLs based on CALL specifics. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of Public Law 98-369, the Competition in Contracting Act of 1984. Offerors MUST monitor SAM.gov http://www.sam.gov in the event this announcement is amended and for the posting of CALLs. CALLs: A CALL is a required posting, issued through SAM.gov (http://www.sam.gov), soliciting a specific/targeted response and/or proposal for specific research efforts. A CALL will contain a specific description of the research effort to be addressed, the anticipated period of performance, and any other information particular to the specific requested effort. CALLs are published independently at various times during the open period of the BAA and may use either a One-Step or Two-Step process. A CALL issued against the BAA will specify either a direct request for a technical and cost/business proposal, or a white paper submission as a means to determine if proposal will be required. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation (FAR) or Non-FAR instruments (i.e. Other Transaction (OT) for research efforts, grants, and cooperative agreements). For non-FAR Instruments, CALLS will be posted on grants.gov. The Government anticipates that a mix of contract types and other instruments will be used throughout the life of this BAA. Generally, awards under this BAA may be Cost plus Fixed Fee (Completion and Term), Cost Contract, Firm Fixed Price, Other Transaction Authority, Technology Investment Agreements, Grants, or Cooperative Agreements. Cost type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a Cost plus Fixed Fee and Cost Contract cannot be awarded. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific CALL. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to a CALL. Technical Point of Contact: Mr. Brent Taft, AFRL/RVSV, Kirtland AFB, NM, Phone 505-853-1509; email: brenton.taft@spaceforce.mil Contracting Point of Contacts: Contract Specialist: Mr. Shawn Capehart, AFRL/RVKY, Kirtland AFB, NM, Phone 505-846-9162, Email: shawn.capehart@us.af.mil Contracting Officer: Mr. Kyle Archuleta, AFRL/RVKY, Kirtland AFB, NM, Phone 505-846-4994, Email: kyle.archuleta.2@spaceforce.mil
Disruptioneering Program Announcement
The mission of the DARPA DSO is to identify, investigate, and leverage nascent scientific advances for national security applications by pursuing high-risk, high-payoff research initiatives across a broad spectrum of science and engineering disciplines. Disruption Opportunity (DO) topics are issued to rapidly investigate new concepts with focused investments. DOs enable DARPA to initiate a new investment for unclassified efforts in less than 120 calendar days from idea inception. To enable this approach, DSO will issue individual DOs under this solicitation. These opportunities will target specific technical domains important to DSO’s mission to pursue innovative research that leads to a prototype demonstration. More information about DSO’s technical domains and research topics of interest may be found at https://www.darpa.mil/about/offices/dso.
FY25 Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology
ONR, ONRG, and MCWL are interested in receiving proposals for Long-Range S&T Projects that offer potential for advancement and improvement of Navy and Marine Corps operations. Readers should note that this is an announcement to declare ONR, ONRG and MCWL’s broad role in competitive funding of meritorious research across a spectrum of science and engineering disciplines. All responsible sources from academia, industry and the research community worldwide may submit proposals under this BAA. All businesses, both small and large, are encouraged to submit proposals and compete for funding consideration. Amendment 0001 - Posted 02 October 2024 Amendment 0002 - Posted 18 November 2024 Amendment 0003 - Posted 11 March 2025 Amendment 0004 - Posted 29 May 2025 Amendment 0005 - Posted 26 September 2025 Removal of FedConnect Link: As of Amendment 0004, ONR is no longer accepting white papers or proposals submitted via FedConnect. Please review Amendment 0004 for the new ONR Submission Portal instructions. Extension of Announcement: As of Amendment 0005, this BAA is hereby extended by (1) year or until a successor BAA is posted.
Mentor Protege Program (MPP) Broad Agency Announcement (BAA)
The Defense Threat Reduction Agency (DTRA) has a requirement for the Mentor Protégé Program (MPP) Broad Agency Announcement (BAA) to solicit eligible mentor and protégé firms for participation in the Department of Defense (DoD) MPP in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 219.71, (DFARS) 219.71 and DFARS Appendix I (as amended by 10 U.S.C. 4902 effective December 21, 2023) through this Broad Agency Announcement (BAA). This announcement will be posted for twelve months so white papers may be submitted at any time. This is a Two-Step Open BAA issued under the provisions of FAR 6.102(d)(2), which provides for the competitive selection of proposals. The following information is relative to Step-One, submission of white papers. DTRA will contact those offerors whose white papers are selected to proceed to Step-Two, submission of a formal proposal which is subject to availability of program funds. Formal proposals are not being accepted at this time. DO NOT submit a formal proposal until requested by DTRA’s Contracting Office. Evaluation of these white papers will occur throughout this time period. After evaluations, Mentor Firms whose, white papers are consistent with the intent of this BAA may be solicited to submit technical and cost proposals subject to availability of program funds. Formal Proposals are not being accepted at this time.
Mentor Protege Program (MPP) Broad Agency Announcement (BAA)
The Defense Threat Reduction Agency (DTRA) has a requirement for the Mentor Protégé Program (MPP) Broad Agency Announcement (BAA) to solicit eligible mentor and protégé firms for participation in the Department of Defense (DoD) MPP in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 219.71, (DFARS) 219.71 and DFARS Appendix I (as amended by 10 U.S.C. 4902 effective December 21, 2023) through this Broad Agency Announcement (BAA). This announcement will be posted for twelve months so white papers may be submitted at any time. This is a Two-Step Open BAA issued under the provisions of FAR 6.102(d)(2), which provides for the competitive selection of proposals. The following information is relative to Step-One, submission of white papers. DTRA will contact those offerors whose white papers are selected to proceed to Step-Two, submission of a formal proposal which is subject to availability of program funds. Formal proposals are not being accepted at this time. DO NOT submit a formal proposal until requested by DTRA’s Contracting Office. Evaluation of these white papers will occur throughout this time period. After evaluations, Mentor Firms whose, white papers are consistent with the intent of this BAA may be solicited to submit technical and cost proposals subject to availability of program funds. Formal Proposals are not being accepted at this time.
FY2026 USPS OIG Broad Agency Announcement
This Broad Agency Announcement (BAA) supersedes all prior year BAA's. Prior fiscal year BAA proposals deemed acceptable and kept on file, or currently under evaluation, need NOT reapply for the same position. This constitutes the Office of Inspector General's (OIG) Broad Agency Announcement (BAA), to solicit proposals from interested parties on a specific subset of OIG services. The OIG reserves the right to select for award all, some or none of the proposals in response to this announcement. A formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued. All applicable solicitation provisions, instructions, terms and conditions are contained in the attached documents. Specific clauses for any resultant contracts will be negotiated at contract award. Pursuant to 39 U.S.C. § 410(a), no Federal law dealing with public or Federal contracts, property, works, officers, employees, budgets, or funds, including the provisions of chapters 5 and 7 of title 5, shall apply to the exercise of the powers of the Postal Service. Specifically, the OIG does not fall under the purview of the Federal Acquisition Regulation (FAR). This BAA is intended for proposals related to professional, consultant and support services only. USPS OIG contract holders must comply with the Vietnam Era Veterans' Readjustment Assistance Act of 1972, as amended (38 U.S.C. 4211 and 4212), for contracts worth $150,000 or more. See https://www.dol.gov/vets/vets4212.htm#overview for reporting requirements. Proposals are accepted on a rolling basis, unless noted otherwise, and contracts may be awarded throughout the solicitation period. A position listing may result in one or more contract awards. The solicitation period ends on September 30, 2025, or until replaced by a subsequent BAA, whichever is earlier. Please see the attached solicitation documents for details.
Biological Technologies
The Defense Advanced Research Projects Agency (DARPA) Biological Technologies Office (BTO) is soliciting proposals that leverage biological properties and processes to revolutionize our ability to protect the nation’s warfighters. Specifically excluded is research that primarily results in evolutionary improvements to the existing state of practice.
FY26 NAWCAD Propulsion and Power Technology Development Program Broad Agency Announcement (BAA)
The NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD) AIR SYSTEMS GROUP, Propulsion and Power Engineering Department is looking to solicit for white papers in response to the Government’s Statement of Objectives. For successful offerors, a Request for Proposal will be submitted, and a contract will subsequently be awarded off Broad Agency Announcement 2026 for Propulsion & Power of Naval Air Vehicles. Detailed information is provided in the NAVAIR publication “Guide to Naval Aviation Propulsion and Power Technology Development Programs for Fiscal Year 2026.” The aforementioned guide is attached to the SAM.gov announcement. Evaluations will be conducted by a panel of Government technical evaluators using the following criteria: Scientific and technical merits of the proposed research to include, (1) the degree to which proposed research and development objectives support the targeted technical topic and (2) validity of the technical basis for the approach offered; and potential contributions to the Navy Propulsion, Power and Energy objectives to include (1) relevance to the stated technology areas of interest; (2) anticipated operational military (or commercial, if applicable) utility; (3) ability of proposed system/study to be rapidly ready for transition; (4) suitability for transition to Navy systems; and (5) projected affordability of transitioning the technology to the fleet Other evaluation criteria, of lesser importance but equal to each other are; The offeror’s capabilities, related experience, past performance in similar efforts, research personnel, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives and the realism and reasonableness of cost, including proposed cost sharing. No further criteria will be used in the evaluation. The technical and cost information will be evaluated at the same time. Further details on these criteria are contained in the aforementioned Guide. Selection for award will be based on the potential benefit to the Government weighed against the cost of the proposals, in view of the availability of Government funds. Cost plus fixed fee, cost sharing, and cost contracts are anticipated. Other types of contracts may be proposed, but offerors are advised that the Government is under no obligation to accept. Specific reporting requirements cited on the Contract Data Requirements List (DD1423) shall be specified within each contract award. At a minimum all offerors will be required to submit the following reports: a) Detailed Planning Report; b) Progress Report; c) Financial Reports; d) Test Plans; e) Program Reviews; f) Presentation Material; and g) Final Report. Proposal submission process, format and content, as well as deliverable items are delineated in the above mentioned NAVAIR Guide. Initial proposals or White Papers (WP) should not exceed 30 pages in length, including a cost estimate. BRIEFNESS IS DESIRABLE. WPs RANGING FROM A FEW PAGES TO 15 PAGES ARE THE NORM. Cost estimates in WPs for stand-alone subsets of effort are encouraged. Offerors of those WPs found to be consistent with the intent of the BAA will be invited to submit a formal cost and technical proposal. One original, and later, if invited, of each formal cost and technical proposal are to be submitted. WPs and Proposals shall be submitted to: Stacey Stone; Stacey.l.stone9.civ@us.navy.mil; Procuring Contracting Officer, Patuxent River, MD 20670. WPs and Proposals that include sensitive information can be submitted through the DoD Safe (https://safe.apps.mil/). WHITE PAPER SUBMISSIONS ARE DUE BY 30 SEPT 2026. The Navy reserves the right to select for award any, all, part of, or none of the responses received and intends to fully fund any resultant contract(s), depending on available funding. The Government will not pay any proposal preparation costs for responding to this Sources Sought. Responses should be forwarded at no cost to the Government. The cost of preparing proposals in response to this Sources Sought is not considered an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. Educational institutions, Small Business concerns, Small Disadvantaged Business concerns, Women Owned Small Business concerns, Historically Black Colleges and Universities, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Women-Owned Small Business and Minority Institutions are especially encouraged to submit proposals for consideration under this BAA.
Finding Agile Solutions for Test (FAST) Commercial Solutions Opening (CSO)
Finding Innovative Solutions for Test (FAST) Commercial Solutions Opening (CSO) This Commercial Solutions Opening (CSO) solicitation is issued in accordance with DoD Class Deviation 2018-O0016 “DoD Commercial Solutions Opening Pilot Program.” Federal Agency Name: Air Force Test Center Federal Agencies Capable of Issuing Contracts/Agreements: The FAST CSO is targeted to the Air Force Test Center (AFTC) and other associated partners in test, including the Air Force Research Laboratory (AFRL) and the Air Force Operational Test and Evaluation Center (AFOTEC). However, other organizations seeking innovative solutions to their test needs may issue Calls and subsequent awards/agreements under this CSO. Organizations outside of AFTC, AFRL, and AFOTEC can contact the Contracting Point of Contact (POC) identified within this document. CSO Number: FA9302-21-S-C001 Commercial Solutions Opening (CSO) Type: This is an open CSO with Calls. Meaning this CSO will be “amended” to issue Calls as objectives requiring innovative solutions are identified by various organizations within the defense test community. These Calls will be issued by organizations, posted on betasam.gov in separate instances, and the Calls will reference the FAST CSO. The FAST CSO will remain open for the issuance of Calls until 30 Sep 22. All contract awards or agreements made against Calls under this CSO must be made on or before 30 Sep 22. The CSO general solicitation method is a pilot program. The intent is to extend FAST should the pilot program be extended or made permanent[1]. Contracts and agreements issued against this CSO are considered “commercial” notwithstanding the definition of Commercial Item in FAR 2.101. This document is not a request for white papers or proposals. Please note, interested parties will not be reimbursed for costs associated with responding to this CSO, to include responses to Calls issued against this CSO. Calls: Calls will include areas of interest (AOI) defined by the organizations issuing the calls. Each call can be designed to meet the needs of the issuing organization. Descriptions of potential Call structures can be found below. Calls will include instructions to interested parties, due dates for white papers/proposal submissions, and selection criteria. Call Structures: One-Step: The one-step process is used to request full technical and cost proposals from each interested party. The proposals are evaluated in accordance with the solicitation criteria and all of a selected proposal, part of a selected proposal, or none of the proposals are selected. Two-Step: The two-step process is sometimes used when a large number of proposals are anticipated. Potential interested parties are invited to submit brief descriptive white papers in lieu of full proposals. The Call must state whether an unfavorable white paper evaluation will bar the interested parties from further consideration. Full proposals are requested from those interested party selected in the white paper evaluation process. When proposals are received, they are evaluated, and selection decisions are made. Open: This approach allows for White Paper and/or proposal submission at any time within a specified period or at any time during the Call’s availability. A Call issued against the FAST CSO will be available for maximum of one year. With this approach, White Papers and/or proposals are evaluated as received. Closed: This approach allows for white paper and/or proposal submittals at a specified date and time as set forth within the Call. Late bid and proposal provisions (IAW FAR 52.215-1(c)(3)) are usually included in the Call. White Paper/Proposal Submission: White Papers and/or proposals must be submitted to the Contracting Point of Contact (POC) identified within each Call. Solicitation Request: White papers or Proposals are not requested at this time. White papers or proposals will be solicited via Calls. Evaluations Factors: The primary evaluation factors for selecting proposals for award shall be technical, importance to agency programs, and funds availability. Price shall be considered to the extent appropriate, but at a minimum, to determine that the price is fair and reasonable. Calls may add to these factors (e.g., past performance). Debriefings: Debriefings will be handled in accordance with FAR 52.212-1(l). The cognizant Contracting Officer for each Call will determine the best method to provide debriefings (i.e., phone call, in-person brief, or written). North American Industry Classification System (NAICS) Code: NAICS codes will be identified within each Call issued against this CSO. Type of Contract/Instrument: The government intends to award FAR Part 12, fixed price type contracts as a result of this solicitation; however, the government also reserves the right to award an Other Transaction for Prototype project pursuant to 10 USC 2371b. The government may also award follow-on production contracts related to Other Transaction for Prototype projects issued under this CSO. The government further reserves the right to award all, part, or none of the proposals received. Estimated Program Cost: There is no cumulative ceiling estimated for this CSO. However, individual awards are not anticipated to exceed $100M. Should an offeror desire to submit a solution in excess of this value, the offeror shall contact both the cognizant FAST CSO Contracting Officer and the Call Contracting Officer for the stated area of interest. Detailed estimated cost or funding profiles may be included in Calls and amendments for Open Periods. Anticipated Number of Awards: It is anticipated that organizations will award multiple awards supporting efforts described within Calls. However, organizations issuing Calls reserve the right to award zero, one, or more contracts/agreements for all, some or none of the solicited effort based on the offeror's ability to perform desired work and funding limitations. Brief Program Summary: The objective of the FAST CSO is to provide a mechanism by which the government can partner with industry. To do so, the government must broaden its horizons – in order to bring innovative solutions required to accelerate the efficiency and effectiveness of our nation’s test mission. Awards and agreements will be issued to industry partners offering “innovative solutions” to the described objectives, desired end states, or capability gaps defined by organizations issuing Calls. To be considered, the solutions offered must meet the definition of an innovative solution. For the purposes of this CSO, innovative means any technology, process, or method including research and development, that is new as of the date of the proposal submission; or any new application of an existing technology, process, or method as of the proposal date. Additionally, this CSO may result in the award of research and development contracts/agreements ranging from basic research through operational systems development. Communication Between Prospective Offerors and Government Representatives: Open communication is encouraged. Questions, suggestions, or feedback related to the FAST CSO can be provided to the FAST CSO POC identified within this document. Calls: Specific communications related to objectives within a Call, will be treated in accordance with instructions provided within that Call. Open communications are encouraged otherwise. Communications with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Additionally, only Contracting Officers and Agreements Officers are legally authorized to commit the Government. Technical POCs: Government technical POCs will be identified within each Call. Contracting POCs: Contracting Officer Marc Venzon marc_anthony.venzon@us.af.mil 661-277-3234 Contract Specialist Carlos A. Barrera carlos.barrera.8@us.af.mil 661-277-8438 CSO Primary PCO Questions, suggestions, or feedback pertaining to the FAST CSO can be sent to the following email: AFTC.PZIEC.FASTCSO@us.af.mil. This email will be monitored by AFTC/PZIEC Contracting Officers. This team will be unable to answer specific questions related to Calls issued against this CSO, and interested parties are to direct questions related to Calls to those POCs identified within the Call. Miscellaneous Information: System for Award Management (SAM) Registration: SAM is the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, agreements, grants, and other assistance related processes. By submission of an offer to a Call under this CSO, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220. Security: Unless otherwise stated in a Call, interested parties should submit unclassified white papers or proposals. If an interested party deems a classified white paper or proposal is necessary, refer to the Contracting POC listed within the Call. Individual Calls will identify whether a Contract Security Classification Specification (DD 254) is applicable to the Call. If a DD 254 is required, offerors must possess all required personnel security clearance, facility clearance, and other infrastructure requirements necessary to perform any proposed classified work in accordance with the referenced DD 254. Cybersecurity: Offerors should be aware of the provision DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements and clause DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. If an offeror is required to implement NIST SP 800-171, the offeror shall have a current assessment (i.e., not more than 3 years old) for each covered contractor information system that is relevant to the offer, contract, task order, delivery order, or agreement. DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html. [1] See DARS Tracking Number 2018-O0016 Class Deviation – Defense Commercial Solutions Opening Pilot Program. The class deviation allowing the use of a CSO remains in effect until 30 Sep 2022.
Commercial Sponsorship Solicitation: MWR Elements of DAF Sports
*This is a solicitation for commercial sponsorship by a Nonappropriated Fund Instrumentality of the United States Government. It does not obligate appropriated funds or nonappropriated funds of the Government.* Introduction to MWR The U.S. Air Force Morale, Welfare, and Recreation (MWR) program is a comprehensive support initiative designed to enhance the quality of life for Air Force personnel and their families. The program offers a wide range of services, facilities, and activities aimed at promoting well-being, fitness, and morale among military members. Key elements of the MWR program include recreational activities such as sports leagues, fitness centers, outdoor recreation programs, hobby shops, and arts & crafts centers; family and community support through child development centers, youth programs, and family support services; entertainment and leisure options including movie theaters, libraries, and special events; and travel and hospitality services like lodging, dining facilities, and recreational lodging. Non-federal entities can sponsor various elements of the MWR program to gain access to the military market. Sponsorship provides businesses with a unique opportunity to engage with a dedicated and diverse audience while supporting the well-being of Air Force personnel and their families. Benefits of sponsorship include brand exposure through event signage, marketing materials, and digital media, direct engagement with participants through on-site presence and product demonstrations, community involvement with a positive association to the military, and access to a large and engaged military audience. Sponsorship opportunities include event sponsorship for sports tournaments, holiday celebrations, and family fun days; facility enhancements for fitness centers and recreational facilities; program support for educational workshops and health programs; and marketing and advertising in MWR publications and social media channels. By sponsoring the U.S. Air Force MWR program, non-federal entities can enhance their brand presence, support the military community, and gain valuable access to the military market. DAF Sports Sponsorship The Department of the Air Force (DAF) offers a variety of sports sponsorship opportunities designed to enhance the morale, welfare, and recreation of Air Force personnel and their families. These opportunities allow businesses to support athletic and recreational programs while gaining visibility and access to a dedicated and diverse military audience. Sponsoring DAF sports programs provides unique benefits for both sponsors and participants, fostering community engagement and promoting physical fitness. Sponsorship opportunities include annual sports events such as the Air Force Marathon, basketball tournaments, and soccer leagues, as well as one-off competitions and championships. Fitness and wellness programs also offer sponsorship potential, with opportunities to support fitness centers, health challenges, and wellness workshops. Sponsors benefit from high brand exposure through event branding, marketing materials, digital media, and on-site presence. Opportunities for logo placement, sponsor mentions, and inclusion in promotional campaigns are available, along with direct interaction with participants and attendees, including product demonstrations and sampling. Sponsorship provides access to a large and engaged military audience, including active duty members, families, and veterans, offering insight into the preferences and behaviors of military personnel. Involvement in DAF sports programs also enhances corporate social responsibility (CSR) by demonstrating support for the well-being of Air Force personnel and their families and fostering a positive association with the military community. To become a sponsor, businesses should review the DAF sports calendar found on DAFsports.com to identify events or programs that align with their brand and sponsorship goals. Detailed information on available opportunities can be obtained by contacting the DAF sponsorship office. Sponsors should develop a proposal outlining their goals, desired level of involvement, and proposed contributions, highlighting the benefits to both the DAF sports program and their organization. After submitting the proposal to the sponsorship office, businesses will work with DAF representatives to finalize the details and agree on terms. Implementation involves coordinating with DAF staff to ensure active participation and engagement throughout the sponsorship period. Finally, sponsors should assess the impact of their sponsorship through feedback and performance metrics and consider renewing or expanding their sponsorship based on the results and ongoing opportunities. For more information on sponsorship opportunities or to start the sponsorship process, businesses can contact the Sponsorship Office via email. By sponsoring DAF sports programs, businesses can enhance their brand presence, demonstrate support for the military community, and gain valuable access to the military market.
SAF/CDM Commercial Solutions Opening
Secretary of the Air Force Concepts Development and Management (SAF/CDM), Commercial Solutions Opening (CSO) FA7146-21-S-C001 for Defense-related activities CSO DESCRIPTION / OBJECTIVES. Federal Agency Name. Secretary of the Air Force Concepts Development and Management (SAF/CDM), Commercial Solutions Opening (CSO) Summary FA7146-21-S-C001 Title: CDM Defense-related activities Type: Closed/Open Two-Step CSO with Calls Open Period: Initiation to 1 September 2026 (for receipt of White Papers) Ordering Period: Initiation to 30 September 2026 Purpose. This CSO is initiated under the Defense Commercial Solutions Offering Pilot Program (DARS Tracking Number: 2018-O0016), as authorized by Section 879 of the NDAA for FY17 (Pub. L. 114-328). CSOs allow for competitive selection of innovative commercial items, technologies, and services if the award results from: •· A CSO that is general in nature identifying areas of mission or technical interest, including criteria for selecting proposals and soliciting the participation of all Contractors capable of satisfying the Government's needs •· A technical evaluation by subject matter/technical experts. A CSO may be used to award a contract or an Other Transaction that meets the definition of innovative 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. The Government may issue Amendments to this CSO during the Open Period to change or correct content, as needed. The Government may also issue Calls during the Open Period requesting targeted White Papers for a specific Objective, Focus Area, and/or capability. CDM seeks innovative commercial solutions or new capabilities that fulfill its requirements, close existing capability gaps, and/or offer technological advancements in meeting the Objectives and Focus Areas detailed in the CSO attachment. Eligibility. This CSO is a full and open acquisition. White Papers will be considered from all interested vendors, including small businesses and non-traditional contractors. Foreign participation is allowed as specified in the attachment. CSO STRUCTURE/EXPECTATIONS. All White Papers/Proposals shall be submitted in accordance with this CSO. White Papers and Proposals must be submitted to Contracting POCs only, as specified in the CSO attachment and within each Amendment or Call. Contractors are advised that the submittal of a White Paper or Proposal is not a promise or guarantee of award. The Government intends to review all White Papers/Proposals and reserves the right to award some, all, part, or none of a Contractor's proposal content. The Contracting POC for this CSO is: Kevin Adams Procuring Contracting Officer kevin.adams.20@us.af.mil (301) 203-4766 The Program Manager POC for this CSO is Ms. Catherine Anderson Program Manager catherine.anderson.5@us.af.mil STEPS. This CSO will follow a Two-Step process prior to any award. First Step - White Paper Submission (see Appendix A of the full text announcement). Contractors may submit White Papers, which will include a Cover Page, Technical/Management section and Rough Order of Magnitude, at any time throughout the Open Period upon initiation of this CSO. Multiple White Papers may be submitted, and all White Papers will be reviewed. While the Government does not intend to pay for White Papers submitted under Step 1, select Calls may provide for funding on a case-by-case basis. White Papers submitted in response to a Call will be accepted and evaluated as detailed within the individual Call. The Government will review submitted White Papers and each White Paper in accordance with Appendix A of the attachment. Second Step – Proposal (see Appendix B of the full text announcement). White Papers may result in an invitation to submit full Technical/Management and Price proposals. The request from the PCO will detail all the terms and conditions for the action, to include proposal submission instructions, as well as proposal due date and time. An request from the PCO is required to submit a proposal. A Contractor submitting a proposal without first submitting a White Paper will not be considered or eligible for award. A Contactor may only submit one proposal in response to a request. The Period of Performance for individual awards will be addressed in each request. Award. The Air Force anticipates making multiple awards under the Federal Acquisition Regulations or via Other Transaction Agreement authority as a result of this CSO. A proposal must meet the evaluation criteria specified in the ItP and the needs of the Government. Therefore, the Air Force reserves the right to award no contracts or any number of contracts for all, part, or none of the proposal(s) submitted by Offerors based on the Offeror's ability to perform desired work and funding availability.
Neutron Strategic Technology Advanced Research (Neutron-STAR) Advanced Research Announcement (ARA)
Amendment 4 - 09/25/2025: The above amendement changes/updates the following item: 1. Attach updated Neutron Star Industry guide dated 25 Sept 2025, due to issues with Microsoft permissions. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 3 - 09/09/2025: The above amendement changes/updates the following item: 1. Updates the QR code in the Trifold Brochure ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 2 - 09/03/2025: The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v3 dated 10 Jun 2025 with specific instructions pertaining to ROM cost estimates, and White Paper Delivery Instructions. Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of the Neutron-STAR Team. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 1 - 8/15/2024 The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v2 dated 14Aug24 with specific instruction pertaining to Topic 5 submissions Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: from Primary: Ms. Ashley Patterson, AFRL/RVKB to Mr. Ever Orozco-Perea, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB and Ms. Regina Alflen, AFRL/RVKB ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Federal Agency Name: Air Force Research Laboratory ARA Title: Neutron Strategic Technology Advanced Research (Neutron STAR) Advanced Research Announcement (ARA) ARA Type: This is an Open ARA; initial announcement SUBMISSION DATES ARE INDEFIINITE UNTIL FURTHER NOTICE PROGRAM SUMMARY: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 Procurement for Experimental Purposes. AFRL is interested in receiving white papers regarding nuclear-related research and development, including, but not limited to modeling and simulation of re-entry environments, materials characterization, nuclear explosion monitoring, and design, fabrication and experimentation of nuclear delivery. Dialogue between prospective Offerors and Government representatives is strongly encouraged. This solicitation intends to use the acquisition authority provided by 10 U.S.C. §4023. This authority applies to the acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, spaceflight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense relative to the parameters of this authority, and a strategy for verifying those intended benefits. *Please see the attached Neutron Star Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* BACKGROUND: AFRL’s Geo Space Division (RVBN) positions AFRL to steward, develop, and deliver leading technologies to the warfighter and the nuclear enterprise to ensure the National defense. Thus, proposed solutions should be innovative and substantially improve national defense capabilities across the domains of national nuclear deterrence operations. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas covered under this announcement may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Industry-Government Communication: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication shall be limited to the Contracting/Agreement Officer once full proposals are submitted for evaluation/review. Discussions should focus on understanding Government objectives and requirements, feasibility of prospective offeror approach, and prospective offeror prior similar efforts. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. Offerors are advised that only Contracting or Agreement Officers are legally authorized to contractually bind or otherwise commit the Government. ANNOUNCEMENT DETAILS: This is a HYBRID ANNOUNCEMENT. This announcement includes an open request for white papers as described below. Additionally, individual solicitations for white papers (Two-Step solicitation) and/or proposals (One-Step solicitation) related to discrete requirements may be issued. AFRL reserves the right to collapse a white paper (Two-Step solicitation) into a One-Step if the situation warrants and the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RVBN is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023, Procurement for Experimental Purposes. White papers submitted pursuant to the open announcement request follow the two-step procedures described below. White papers submitted under the open announcement request may be retained for 12 months. Open Announcement Submission: Unclassified White papers must be submitted to the Neutron Star Org Box at afrl.rvkb.afrlneutronstardms@us.af.mil. DO NOT DELIVER any classified portion of the white paper to this address. If it is determined that a classified white paper is required, please contact the Neutron STAR Org Mailbox for specific delivery instructions. Additional instructions for white paper submissions can be found in the Neutron STAR Industry User Guide attached to this announcement. Individual Solicitation Request: Individual Solicitations, except for Limited Solicitations, for white papers and proposals will be issued under this announcement via the Government Point of Entry (GPE) at https://sam.gov. Notification of Individual Solicitations may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Individual Solicitation Submissions: Submission requirements for Individual Solicitations will be specified in the solicitation details of each Individual Solicitation. Individual Solicitation Variations: Variations of the ARA Individual Solicitation process are available for use. The following types are commonly used but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all, part, or none of a proposal may be selected for award. Two-Step: The two-step process is used to request white papers and Rough Order of Magnitude (ROM) costs. The Individual Solicitation must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period, which will be identified in the individual solicitation. White papers submitted under the open announcement request may be retained for 12 months. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are processed and reviewed in accordance with the One-Step process. Limited Individual Solicitations: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Announcement Modifications: Due to the dynamically evolving nature of US nuclear deterrent mission and warfighter needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Government reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract, agreement or assistance instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 "Other Transaction for Research” 10 U.S.C. §4022 "Other Transaction for Prototype" 10 U.S.C. §4023 "Procurement for Experimental Purposes" 15 U.S.C §3710a – Cooperative Research and Developments Agreements 15 U.S.C §3715 – Partnership Intermediaries 32 C.F.R. §22.215 – Grants and Cooperative Agreements The Government anticipates that a mix of contract/ instrument types will be used throughout the life of this announcement. Generally, awards under this announcement or any Individual Solicitations may be Cost-Plus-Fixed Fee (Completion and Term), Cost Reimbursement, Firm Fixed Price, Cost Sharing, and Incentive. NOTE: If a Federal Acquisition Regulation (FAR) type contract is recommended as the award type authority, then the FAR clauses will be referenced at the Individual Solicitation level or within the Request for Proposal. The FAR and FAR supplement provisions and clauses will be incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If an assistance instrument (grants or cooperative agreements) is recommended as the award type, then articles and guidance found under DoDGARS, 200 CFR, OMB/DoD Policy shall be used and followed as appropriate. If an Other Transaction (OT) is recommended as the award type, then the FAR references and clauses will not apply. The terms and conditions of an OT agreement shall be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, Individual Solicitations may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more grants, agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Award Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Individual Solicitations may elect to provide a desired technical execution schedule for planning purposes. Deliverables: Hardware and software deliverables will be specified within a separately priced contract/award line items and data deliverables will be specified on individual Contract Data Requirements List(s) (CDRLs) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection: Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF) 424, Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine if an offer is unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete; (b) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act; and (d) certification includes the following statement: “I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001)”. Announcement Period: The overarching announcement has no end date and is in effect until further closed or rescinded. Open Announcement Points of Contact: Address Technical Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Maj Montgomery, AFRL/RVBN Alternate: Harper Baird, AFRL/RVBN Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Ms. Ashley Patterson, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB NOTE: Individual Solicitation Points of Contact will be specified within the solicitation. Topic Areas and Topic Descriptions Note: ALL topics are controlled by security access requirements. 1. Nuclear System Development Develop foundational capabilities, requirements, strategies, and identify candidate technologies for enhanced nuclear surety. 2. Nuclear Systems Integration Integration nuclear and non-nuclear components of future U.S. nuclear experiment units for development and delivery to various U.S. integration and test organizations. 3. Nuclear System Flight Experimentation and Evaluation Development and delivery of nuclear systems to various U.S. test organizations. 4. Nuclear Explosion Monitoring Improve capabilities to detect, locate, discriminate and characterize the depths, yields and other emplacement conditions of nuclear explosions. 5. Nuclear Command, Control, and Communication Enable uninterrupted delivery of strategic and critical conventional data within contested and nuclear environments, via innovative new technologies and architectures. Support contractors: The AFRL Space Vehicles (RV) Directorate have contracted for various business and staff support services from the following companies. Aero Thermo Technology, 620 Discovery Drive Building I, Suite 110, Huntsville, Alabama 35806 Fury Solutions LLC, 1617 Ashmont CT, Xenia, OH 45385-7060 Apogee Engineering LLC, 8610 Explorer Drive Suite 305, Colorado Springs, CO 80920-1036 AFRL Space Vehicles (RV) Directorate require these contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a) Assembling and organizing information for R&D case files; b) Accessing library files for use by Government personnel; c) Handling and administration of proposals, contracts, contract funding and queries; and d) administering the tool that will be used for conducting white paper and proposal evaluations. These various business and staff support service contractors are prohibited from responding to this announcement. Offerors shall either complete paragraph (*) below or provide written objection to administrative access. Any objection to administrative access: a) Shall be provided in writing to the contracting officer within 10 days of RFP (or PRDA, BAA, etc., as appropriate) issuance; and b) Shall include a detailed statement of the basis for the objection. *I consent to administrative access, as defined above, by RD and RV business and staff support services contractors to any proprietary information submitted under this solicitation or delivered under any resulting contract.
Neutron Strategic Technology Advanced Research (Neutron-STAR) Advanced Research Announcement (ARA)
Amendment 2 - 09/03/2025: The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v3 dated 10 Jun 2025 with specific instructions pertaining to ROM cost estimates, and White Paper Delivery Instructions. Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of the Neutron-STAR Team. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 1 - 8/15/2024 The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v2 dated 14Aug24 with specific instruction pertaining to Topic 5 submissions Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: from Primary: Ms. Ashley Patterson, AFRL/RVKB to Mr. Ever Orozco-Perea, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB and Ms. Regina Alflen, AFRL/RVKB ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Federal Agency Name: Air Force Research Laboratory ARA Title: Neutron Strategic Technology Advanced Research (Neutron STAR) Advanced Research Announcement (ARA) ARA Type: This is an Open ARA; initial announcement SUBMISSION DATES ARE INDEFIINITE UNTIL FURTHER NOTICE PROGRAM SUMMARY: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 Procurement for Experimental Purposes. AFRL is interested in receiving white papers regarding nuclear-related research and development, including, but not limited to modeling and simulation of re-entry environments, materials characterization, nuclear explosion monitoring, and design, fabrication and experimentation of nuclear delivery. Dialogue between prospective Offerors and Government representatives is strongly encouraged. This solicitation intends to use the acquisition authority provided by 10 U.S.C. §4023. This authority applies to the acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, spaceflight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense relative to the parameters of this authority, and a strategy for verifying those intended benefits. *Please see the attached Neutron Star Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* BACKGROUND: AFRL’s Geo Space Division (RVBN) positions AFRL to steward, develop, and deliver leading technologies to the warfighter and the nuclear enterprise to ensure the National defense. Thus, proposed solutions should be innovative and substantially improve national defense capabilities across the domains of national nuclear deterrence operations. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas covered under this announcement may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Industry-Government Communication: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication shall be limited to the Contracting/Agreement Officer once full proposals are submitted for evaluation/review. Discussions should focus on understanding Government objectives and requirements, feasibility of prospective offeror approach, and prospective offeror prior similar efforts. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. Offerors are advised that only Contracting or Agreement Officers are legally authorized to contractually bind or otherwise commit the Government. ANNOUNCEMENT DETAILS: This is a HYBRID ANNOUNCEMENT. This announcement includes an open request for white papers as described below. Additionally, individual solicitations for white papers (Two-Step solicitation) and/or proposals (One-Step solicitation) related to discrete requirements may be issued. AFRL reserves the right to collapse a white paper (Two-Step solicitation) into a One-Step if the situation warrants and the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RVBN is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023, Procurement for Experimental Purposes. White papers submitted pursuant to the open announcement request follow the two-step procedures described below. White papers submitted under the open announcement request may be retained for 12 months. Open Announcement Submission: Unclassified White papers must be submitted to the Neutron Star Org Box at afrl.rvkb.afrlneutronstardms@us.af.mil. DO NOT DELIVER any classified portion of the white paper to this address. If it is determined that a classified white paper is required, please contact the Neutron STAR Org Mailbox for specific delivery instructions. Additional instructions for white paper submissions can be found in the Neutron STAR Industry User Guide attached to this announcement. Individual Solicitation Request: Individual Solicitations, except for Limited Solicitations, for white papers and proposals will be issued under this announcement via the Government Point of Entry (GPE) at https://sam.gov. Notification of Individual Solicitations may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Individual Solicitation Submissions: Submission requirements for Individual Solicitations will be specified in the solicitation details of each Individual Solicitation. Individual Solicitation Variations: Variations of the ARA Individual Solicitation process are available for use. The following types are commonly used but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all, part, or none of a proposal may be selected for award. Two-Step: The two-step process is used to request white papers and Rough Order of Magnitude (ROM) costs. The Individual Solicitation must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period, which will be identified in the individual solicitation. White papers submitted under the open announcement request may be retained for 12 months. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are processed and reviewed in accordance with the One-Step process. Limited Individual Solicitations: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Announcement Modifications: Due to the dynamically evolving nature of US nuclear deterrent mission and warfighter needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Government reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract, agreement or assistance instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 "Other Transaction for Research” 10 U.S.C. §4022 "Other Transaction for Prototype" 10 U.S.C. §4023 "Procurement for Experimental Purposes" 15 U.S.C §3710a – Cooperative Research and Developments Agreements 15 U.S.C §3715 – Partnership Intermediaries 32 C.F.R. §22.215 – Grants and Cooperative Agreements The Government anticipates that a mix of contract/ instrument types will be used throughout the life of this announcement. Generally, awards under this announcement or any Individual Solicitations may be Cost-Plus-Fixed Fee (Completion and Term), Cost Reimbursement, Firm Fixed Price, Cost Sharing, and Incentive. NOTE: If a Federal Acquisition Regulation (FAR) type contract is recommended as the award type authority, then the FAR clauses will be referenced at the Individual Solicitation level or within the Request for Proposal. The FAR and FAR supplement provisions and clauses will be incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If an assistance instrument (grants or cooperative agreements) is recommended as the award type, then articles and guidance found under DoDGARS, 200 CFR, OMB/DoD Policy shall be used and followed as appropriate. If an Other Transaction (OT) is recommended as the award type, then the FAR references and clauses will not apply. The terms and conditions of an OT agreement shall be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, Individual Solicitations may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more grants, agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Award Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Individual Solicitations may elect to provide a desired technical execution schedule for planning purposes. Deliverables: Hardware and software deliverables will be specified within a separately priced contract/award line items and data deliverables will be specified on individual Contract Data Requirements List(s) (CDRLs) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection: Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF) 424, Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine if an offer is unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete; (b) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act; and (d) certification includes the following statement: “I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001)”. Announcement Period: The overarching announcement has no end date and is in effect until further closed or rescinded. Open Announcement Points of Contact: Address Technical Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Maj Montgomery, AFRL/RVBN Alternate: Harper Baird, AFRL/RVBN Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Ms. Ashley Patterson, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB NOTE: Individual Solicitation Points of Contact will be specified within the solicitation. Topic Areas and Topic Descriptions Note: ALL topics are controlled by security access requirements. 1. Nuclear System Development Develop foundational capabilities, requirements, strategies, and identify candidate technologies for enhanced nuclear surety. 2. Nuclear Systems Integration Integration nuclear and non-nuclear components of future U.S. nuclear experiment units for development and delivery to various U.S. integration and test organizations. 3. Nuclear System Flight Experimentation and Evaluation Development and delivery of nuclear systems to various U.S. test organizations. 4. Nuclear Explosion Monitoring Improve capabilities to detect, locate, discriminate and characterize the depths, yields and other emplacement conditions of nuclear explosions. 5. Nuclear Command, Control, and Communication Enable uninterrupted delivery of strategic and critical conventional data within contested and nuclear environments, via innovative new technologies and architectures. Support contractors: The AFRL Space Vehicles (RV) Directorate have contracted for various business and staff support services from the following companies. Aero Thermo Technology, 620 Discovery Drive Building I, Suite 110, Huntsville, Alabama 35806 Fury Solutions LLC, 1617 Ashmont CT, Xenia, OH 45385-7060 Apogee Engineering LLC, 8610 Explorer Drive Suite 305, Colorado Springs, CO 80920-1036 AFRL Space Vehicles (RV) Directorate require these contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a) Assembling and organizing information for R&D case files; b) Accessing library files for use by Government personnel; c) Handling and administration of proposals, contracts, contract funding and queries; and d) administering the tool that will be used for conducting white paper and proposal evaluations. These various business and staff support service contractors are prohibited from responding to this announcement. Offerors shall either complete paragraph (*) below or provide written objection to administrative access. Any objection to administrative access: a) Shall be provided in writing to the contracting officer within 10 days of RFP (or PRDA, BAA, etc., as appropriate) issuance; and b) Shall include a detailed statement of the basis for the objection. *I consent to administrative access, as defined above, by RD and RV business and staff support services contractors to any proprietary information submitted under this solicitation or delivered under any resulting contract.