Federal Contract Opportunities

Showing 851-900 of 1,797 opportunities

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

Neutron Strategic Technology Advanced Research (Neutron-STAR) Advanced Research Announcement (ARA)

Amendment 3 - 09/09/2025: The above amendemnt 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.

Deadline: 10/1/2026
Posted: 9/9/2025
SolicitationNAICS: 541715.0

16 - FMS REPAIR - BLADE, ROTARY WING

This is a sole source requirement for the repair of the following: Nomenclature: BLADE, ROTARY WING NSN: 7RE 1615 011589679 VH Part Number: 70150-29100-041 FMS Case: AT-P-GXO Critical Safety Item (CSI) RMC: 3C Qty: 12 NAVUP WSS Philadelphia intends to award this requirement on a sole source basis under an already established BOA. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. One or more of the items under this acquisition is subject to Free Trade Agreements. (FAR 52.225-3). One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. (FAR 52.225-5) These items require Government Source Approval prior to award. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure, which can be obtained on the internet at https://www.navsup.navy.mil/Business-Opportunities/Home/ Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Mrs. Dana Scott at the email address: dana.l.scott14.civ@us.navy.mil

Deadline: 10/1/2026
Posted: 9/26/2025
SolicitationNAICS: 336413.0

Department of Defense Cyber Awareness Challenge Training

The Defense Information Systems Agency (DISA) is seeking sources for Department of Defense (DoD) Cyber Awareness Challenge Training. Please see attached Performance Work Statement for more information.

Deadline: 10/3/2026
Posted: 9/19/2025
RFINAICS: 611430.0

CHEESE, PROCESSED for use in Domestic Food Assistance Programs.

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. USDA’s Agricultural Marketing Service (AMS)-Commodity Procurement Program (CPP) issues a solicitation for procurement of the products listed in the attached solicitation for domestic food assistance programs. Deliveries are to various locations in the United States on an FOB destination basis (see solicitation). The solicitation may include various small business set-asides pursuant to the Small Business Act (15 U.S.C. 631, et seq.). This may include partial or total small business set-asides, service-disabled veteran-owned (SDVO) set-asides, quantities reserved for 8(a) and AbilityOne firms, and price evaluation preferences for qualified HUBZone small businesses. The solicitation is expected to be available on or after today and will be available electronically through USDA Web Based Supply Chain Management (WBSCM) located at https://portal.wbscm.usda.gov/publicprocurement and through a link to the aforementioned website in the documents attached to the solicitation notice on Contract Opportunities website. A hard copy of the solicitation will not be available for the acquisition. All future information regarding this acquisition, including solicitation amendments and award notices, will be published through WBSCM and Contract Opportunities website (https://sam.gov). Interested parties shall be responsible for ensuring that they have the most up-to-date information about this acquisition. The anticipated date of receipt for offers is listed above under “General Information.” The contract type will be firm-fixed-price. Pursuant to Agricultural Acquisition Regulation (AGAR), 470-103(b), commodities and the products of agricultural commodities acquired under this contract must be a product of the United States and shall be considered to be such a product if it is grown, processed, and otherwise prepared for sale or distribution exclusively in the United States. Packaging and container components under this acquisition will be the only portion subject to the World Trade Organization Government Procurement Agreement (WTO) (GPA), and Free Trade Agreements (FTA), as addressed by Federal Acquisition Regulation (FAR), clause 52.225-5. Complete details of the commodity and packaging requirements are available through the attached documents. AMS’s solicitation (when published) will specify the pack, sizes, quantities, and required delivery schedules. To be eligible to submit offers, potential contractors must meet the AMS vendor qualification requirements established in accordance with FAR Subpart 9.2. For information about becoming a qualified bidder, please reach out to newvendor@usda.gov . Details of these requirements and contact information are available online at: http://www.ams.usda.gov/selling-food. Once qualification requirements have been met, access to WBSCM will be provided. Bids, modifications, withdrawals of bids, and price adjustments shall be submitted using this system. Submission of the above by any means other than WBSCM will be determined nonresponsive. The attached solicitation should be read in conjunction with contract terms and conditions contained in the Master Solicitation for Commodity Procurements – Domestic Programs (MSCP-D) available on the AMS website at https://www.ams.usda.gov/selling-food/solicitations. Commodity specifications documents are referenced in the solicitation and can be accessed online at https://www.ams.usda.gov/selling-food/product-specs.

Deadline: 10/6/2026
Posted: 9/19/2025
Combined Synopsis/SolicitationNAICS: 311513.0

Multiple Award Schedule

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Deadline: 10/7/2026
Posted: 10/8/2021
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Deadline: 10/7/2026
Posted: 10/8/2021
Combined Synopsis/SolicitationNAICS: 541990.0

ACTUATOR, ELECTRO-ME

See attached document.

Deadline: 10/9/2026
Posted: 10/1/2025
RFINAICS: 336413.0

Laundry Chemical Supplies and Maintenance

Department of Veterans Affairs, Network Contracting Office (NCO) 8, is conducting market research to determine potential qualified sources capable of providing Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC, 10,000 Bay Pines Blvd, Bay Pines, FL 33744. This is anticipated to be a firm-fixed price (FFP) Base plus 4 option periods. Period of performance is from 10/27/2025 – 10/26/2030.

Deadline: 10/10/2026
Posted: 10/7/2025
RFINAICS: 325611.0

FSR 535/536 Recondition & Resurfacing - Coconino NF

This project will consist of reconditioning and resurfacing approximately 4.00 miles on FSR 535 and the removal and replacement of 6 culverts on FSR 535 and FSR 536. Optional work items A and B include reconditioning and resurfacing of approximately 1.41 additional miles on FSR 535. Reconditioning work will consist of redefining ditch lines, shoulders, the roadbed and roadway, and the aggregate surface of the road. For crushed aggregate surfacing the project will utilize a government material source located at Big Draw Pit which is accessed from FSR 231B, approximately 9 miles from the junction of FSR 535 and AZ-89A. Bedding Material and Structural Backfill for culvert installations shall be obtained from commercial sources. Removed culverts shall be hauled off government lands and disposed of in accordance with local, state, and federal regulations, per FP-14 Section 203.05.

Deadline: 10/11/2026
Posted: 9/26/2025
PresolicitationNAICS: 237310.0

61--MOTOR,DIRECT CURREN

Proposed procurement for NSN 6105012461658 MOTOR,DIRECT CURREN: Line 0001 Qty 30 UI EA Deliver To: DLA DISTRIBUTION DEPOT HILL By: 0378 DAYS ADO Approved source is 91816 C2350-0017. The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes may be submitted electronically.

Deadline: 10/12/2026
Posted: 10/30/2025
Combined Synopsis/SolicitationNAICS: 335312.0

2025 Army Geospatial Center (AGC) Broad Agency Announcement (BAA)

The Army Geospatial Center (AGC), is soliciting proposals in accordance with FAR 35.016 relating to the advancement of the state-of-the-art and increasing knowledge or understanding in any of the geospatial research topic areas identified in this solicitation. This announcement is open for 365 days from the original posting date. Any white papers or proposals received during that time shall only be considered for award of a contract, not for any other transaction, grant, or cooperative agreement.

Deadline: 10/13/2026
Posted: 10/14/2025
SolicitationNAICS: 541715.0

QBI Topic Independent Verification and Validation (IV&V)

The Defense Advanced Research Projects Agency (DARPA) is issuing a Quantum Benchmarking Initiative topic (QBIT) inviting submissions of innovative infrastructure, equipment, and expertise available to provide independent verification and validation (IV&V) support for DARPA’s Quantum Benchmarking Initiative (QBI), described in the QBI 2026 Program Announcement (PA), DARPA-PA-26-02. All proposals in response to the technical area(s) described herein will be submitted to DARPA-PA-26-02-01 and, if selected, will result in an award of an Other Transaction (OT) for Research project. To view the original DARPA Program Announcement for QBI 2026, visit SAM.gov under solicitation number DARPA-PA-26-02: https://sam.gov/workspace/contract/opp/c26b38bf041a4d70b00ed619bebb4773/view

Deadline: 10/15/2026
Posted: 11/17/2025
SolicitationNAICS: 541715.0

Q999--621I-R4, RFP-797-FSS-00-0115-R4 Solicitation and Amendment # 1

VA Federal Supply Schedule (FSS) Schedule 621 I Solicitation RFP-797-FSS-00-0115-R4 (for Professional and Allied Healthcare Staffing Services). FSS Professional & Allied Healthcare Staffing Service contracts are awarded for physicians, audiologists, EMT paramedics, dental related services, respiratory therapy, physical/recreational therapy, perfusionist, occupational therapy, licensed practical/vocational nurse, medical/nurse assistant, cytotechnologist, kinesiotherapist, orthotist/prosthetist, ophthalmic services, genetic counselor, clinical laboratory science services, counseling related services, dietitian/nutritionist, surgical technologist, radiologic technology services, certified pharmacy technician, certified registered nurse anesthetist, nurse practitioner, dosimetrist, general clinical technologist, chiropractor, certified/licensed midwife, electroneurdiagnostic technologist, and physicist.

Deadline: 10/15/2026
Posted: 10/26/2021
Combined Synopsis/SolicitationNAICS: 561320.0

Enterprise Occupation Structure and Standards Development Support Services

SOURCES SOUGHT NOTICE FOR: Enterprise Occupation Structure and Standards Development Support to Intelligence and Security ((OUSD(I&S)) Human Capital Management Office (HCMO). Washington Headquarters Services / Acquisition Directorate (WHS/AD) is issuing this Sources Sought Notice (SSN) on behalf of the Intelligence and Security ((OUSD(I&S)), specifically for the Human Capital Management Office (HCMO). This is NOT a solicitation for proposals, proposal abstracts, or quotations. This SSN is for market research purposes ONLY and shall not be construed as a Request for Proposal (RFP)/Request for Quote (RFQ) or as an obligation on the part of the requestor to acquire any products or services. The goal of this market research is to assess the availability, interest, and capability of potential firms to provide services as described and outlined in the attached Draft Performance Work Statement (PWS). Please see attachments for further details.

Deadline: 10/15/2026
Posted: 9/30/2025
RFINAICS: 541612.0

Janes Customer Portal

NUWCDIVNPT intends to purchase Janes Customer Portal Subscriptions as detailed in the attached combined solicitation/synopsis. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill this requirement may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N66604-26-Q-0014 and provide a capability statement that clearly indicates the firm’s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.

Deadline: 10/15/2026
Posted: 10/10/2025
Combined Synopsis/SolicitationNAICS: 519290.0

PTAG Sources Sought: USPTO is Seeking a comprehensive nationwide furniture contractor/ distributor with interior design services.

This Sources Sought (request for information) Notice (RFI) is strictly for market research ONLY. It is for informational and planning purposes and shall NOT be construed as a solicitation or as an obligation or commitment by the Government at this time. PTAG The Government intends to utilize the Alternative Competition Method in accordance with the Patent and Trademark Office Acquisition Guidelines (PTAG) and the Patent and Trademark Office Efficiency Act 35 U.S.C. 2(b)(4)(A). This Sources sought notice is intended as preliminary market information gathering which the USPTO will use to determine which Small Business contractor(s) is/are the most likely to successfully meet the agency’s needs and are thereby eligible to participate in an alternative competition. As a result of this market research, the solicitation will only be issued to those qualified small business contractor(s) that are deemed most likely to successfully meet the agency’s requirement as stated below. Purpose of this Sources Sought / Request for Information (RFI) The purpose of the U.S. Patent and Trademark Office’s (USPTO) Request for Information (RFI) is to educate USPTO about the capabilities and offerings of commercial sources to offer comprehensive furniture procurement, installation, and related services. The RFI includes providing USPTO management with an understanding of these companies’ experience and the range of services provided. It also allows USPTO management to conduct thorough market research, identify suitable providers, and make informed decisions. Description of Services and Background The overall objective is to procure, deliver, and install high-quality commercial office furniture that meets USPTO’s operational and ergonomic requirements. The vendor will provide additional services such as space planning, interior design consultation, and relocation services while ensuring compliance with government regulations. The USPTO requires a professional contractor in the furniture industry that offers high quality, timely and competent support. Interested contractors must understand both the importance of their role to the daily operations of the USPTO workforce and the need for convenient service schedules and economically-sound operating practices. After reviewing the requirements below, the contractor may submit any alternative creative solutions for consideration. Once established, the contract requires the contractor to take the initiative to support the USPTO’s furniture and related service needs. USPTO requires the contractor to engage in an active partnership with USPTO to bring about the desired results. This is not meant to be purely transactional support. Description of Facilities Area and Location in the Buildings: The work will be performed at the USPTO Campus located at 600 Dulany Street, Alexandria, VA 22314 USA. The campus consists of the Madison East and West buildings, the atrium between them, the Knox building and the Jefferson building. In addition, these services will support USPTO operations at its regional offices (Dallas, San Jose, and Detroit) as well as any future Regional or Community Outreach Offices that may be established. Scope of Work (abbreviated) The contractor will be responsible to ensure full execution of the terms of the contract between USPTO and the contractor. The following documents will constitute the full contractual agreement between USPTO and the contractor: Contractor’s response to a Request for Quote (RFQ) that is accepted by USPTO and upon which a contract is awarded to the contractor. The RFQ used by USPTO will include the work statement and USPTO expectations related to the award of the contract; and, Any amendments and documents issued by the Contracting Officer to the contractor. The primary work to be completed under this effort includes: Furniture Procurement: Provide a range of office furniture options from various major commercial manufacturers to meet USPTO requirements. Vendors MUST be able to provide furniture from the following manufacturers: Allsteel, Gunlocke, HON, Knoll, Davis, Krug, ERG, Indiana Furniture, Buzz Seating, SitOnIt Seating, Via Seating, KI Furniture Solutions, MTContract, Humanscale SurfaceWorks. Your submittal should include either confirmation that you can provide all these brands and if not, a list of those brands you are able to be a certified distributor for. Interior Design Services: Offer design consultation, including furniture selection, space planning, and aesthetic recommendations. Conduct site visits, if required, to evaluate spaces and develop customized solutions. Present detailed layout options for USPTO review and approval. Installation and Relocation Services: Install office furniture, including cubicle workstations, as per USPTO specifications. Assemble, configure, and arrange furniture in alignment with approved layouts. Provide relocation services for existing furniture as needed, ensuring minimal disruption to operations. Offer scalable project management support for large-scale installations or when requested. Compliance and Standards: Ensure provided furniture and services adhere to government regulations, including USPTO-specific guidelines and federal standards. Follow security protocols when working in secured government facilities. Drawings and Space Planning: Provide detailed furniture layout drawings and test fits, and ensure drawings are submitted for approval before proceeding with installations. Delivery and Installation Timeframe: Complete furniture installations within 30 calendar days of order receipt unless otherwise approved. Anticipated Effective Date: We expect to award a FAR 13 BPA and USPTO expects service will begin on or about December 1st, 2025 and will consist of a base year plus 4 option years. The maximum period of performance is not to exceed four option years to be exercised at the Government's discretion subject to Federal Acquisition Regulations provisions and the availability of funds. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE Note: The Government will not utilize formal evaluation criteria for market research associated with PTAG 6.1.1. The Government will review these sources sought responses to help determine which (if any) firms are most likely to successfully meet the agency’s requirements. In your email response please include in the subject: ACQ-26-0127-USPTO Furniture DEADLINE: Responses are due no later than Thursday, October 16, 2025 at 1:00 PM ET They are to be submitted via email to Roy.Pitman@uspto.gov and Christopher.ward@uspto.gov. Late responses may be considered at the government’s discretion. NO PHONE CALLS PLEASE Responses should include: a capability statement (including other supporting info showing the ability to meet this requirement as requested below), the name of your firm, Whether or not your firm is a Small Business and the Socio-Economic sub-category(ies) of your firm (if applicable) complete address, email and phone of the primary contact. Your SAM.gov UEI number (if available). Your firms GSA schedule contract number (if applicable) Note: you must be registered in the SAM.gov database prior to any award of a contract or agreement. In response to this source sought notice, please provide the following: confirmation that you can provide all the furniture manufacturer brands listed above in the SOW and if not, a list of those brands you are able to be a certified distributor for Past performance listing some of your past clients (preferably other government agencies) that you have done comparable work for. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. This PTAG 6.1.1 Sources Sought Notice is strictly for market research ONLY. It is for informational and planning purposes and shall NOT be construed as a solicitation or as an obligation or commitment by the Government at this time.

Deadline: 10/16/2026
Posted: 10/7/2025
RFINAICS: 337214.0

Catholic Priest Services, Seymour Johnson AFB

This is a Sources Sought announcement to request information only. This is not a solicitation. The 4th Contracting Squadron is conducting market research to identify potential sources capable of providing Catholic Priest services in support of the Religious Support Program, Seymour Johnson Air Force Base, Goldsboro, North Carolina. This notice is issued solely for information and planning purposes and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation or confirmation/commitment that the Government will contract for the services. The determination to conduct a competitive procurement based on responses to this notice is solely within the discretion of the Contracting Officer. Responses to this notice will assist the Government in identifying potential sources in determining if a set aside of the solicitation is appropriate and whether this approach to securing contracting support is practicable. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this RFI. Responses to the RFI will not be returned. Please note that the solicitation number used for this source sought may be different from the one in the actual solicitation, if a solicitation materializes. Interested vendors shall provide the following information: Business name, DUNS/UEI, CAGE code, small business status and certifications. Point of contact name, phone number, and email address. Relevant experience, qualifications, availability, and geographic reach Responses to this Sources Sought notice shall be e-mailed to Angela.Gibson.4@us.af.mil.

Deadline: 10/16/2026
Posted: 9/10/2025
RFINAICS: 813110.0

USS BLUE RIDGE 5C1 DSRA TYCOM 7 (YOKOSUKA, JAPAN)

Pursuant to FAR 5.202(a)(12), this is a non-mandatory synopsis. This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042. NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) has a new requirement in support of the USS BLUE RIDGE (LCC-19). The repair and maintenance package of work items are included as Task Group Instruction (TGI) as ATTACHMENT (I). PERIOD OF PERFORMANCE: 21 Jul 2026 through 20 Jun 2028 PLACE OF PERFORMANCE: Commander, Fleet Activities Yokosuka (CFAY) Naval Base OFFER: Offerors must provide all information required by this solicitation no later than 17 Oct 2025 at 10:00 AM Japan Standard Time (JST). Access to the work specification package listed in Section J as ATTACHMENT (I) may only be accessed through DoD SAFE. DoD SAFE is a secure U.S. Government repository which enables the sharing of large files and requires outside users to receive a drop-off request from the U.S. Government. Therefore, any offeror intending to provide a proposal to this solicitation shall request access by sending an email to: risa.sakurai.ln@us.navy.mil, ai.gillard.ln@us.navy.mil, and gil.lopez3.civ@us.navy.mil by 10 Oct 2025 10:00 am JST. Once the U.S. Government receives the offeror’s access request, the U.S. Government will provide the offeror with a link and instructions to retrieve ATTACHMENT (I). Offerors shall note that access is only available for 14 days once sent.

Deadline: 10/17/2026
Posted: 9/24/2025
SolicitationNAICS: 336611.0

USS BLUE RIDGE 5C1 DSRA TYCOM 7 (YOKOSUKA, JAPAN)

Pursuant to FAR 5.202(a)(12), this is a non-mandatory synopsis. This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042. NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) has a new requirement in support of the USS BLUE RIDGE (LCC-19). The repair and maintenance package of work items are included as Task Group Instruction (TGI) as ATTACHMENT (I). PERIOD OF PERFORMANCE: 21 Jul 2026 through 20 Jun 2028 PLACE OF PERFORMANCE: Commander, Fleet Activities Yokosuka (CFAY) Naval Base OFFER: Offerors must provide all information required by this solicitation no later than 17 Oct 2025 at 10:00 AM Japan Standard Time (JST). Access to the work specification package listed in Section J as ATTACHMENT (I) may only be accessed through DoD SAFE. DoD SAFE is a secure U.S. Government repository which enables the sharing of large files and requires outside users to receive a drop-off request from the U.S. Government. Therefore, any offeror intending to provide a proposal to this solicitation shall request access by sending an email to: risa.sakurai.ln@us.navy.mil, ai.gillard.ln@us.navy.mil, and gil.lopez3.civ@us.navy.mil by 10 Oct 2025 10:00 am JST. Once the U.S. Government receives the offeror’s access request, the U.S. Government will provide the offeror with a link and instructions to retrieve ATTACHMENT (I). Offerors shall note that access is only available for 14 days once sent.

Deadline: 10/17/2026
Posted: 9/17/2025
SolicitationNAICS: 336611.0

Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23 Production

See the attached doc titled: 2025 FMQ-23 Request for Information (RFI) for more infromation. If you required any documentation referenced in the RFI, reach out to Capt Christopher Thier Christopher.thier@us.af.mil Kathryn Mackessy kathryn.mackessy@us.af.mil Brett Maguire brett.maguire@us.af.mil

Deadline: 10/17/2026
Posted: 10/2/2025
RFINAICS: 334519.0

C211--589A6-24-410, Replace MDP Panel Bld 89| EKH

Sources Sought Notice Page 3 of 4 Sources Sought Notice Page 1 of 4 DESCRIPTION Sources Sought Notice Page 4 of 4 Sources Sought Notice Page 1 of 4 Page 1 of Request for Information (RFI) 36C25526Q0015 Title of Project: 589A6-24-410 REPLACE MDP PANELS BLDG 88-89, Leavenworth. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is for information and planning purposes only and shall not be construed as a solicitation announcement nor a request for proposals or quotes and does not obligate the Department of Veterans Affairs (VA) to award a contract. Responses will not be considered as proposals, nor will any award be made to any parties responding to the sources sought announcement. This notice is posted IAW FAR 6.1 Full and Open Competition. All responsible sources are permitted to submit competitive proposals on the procurement. Solicitation: 36C25526Q0015 Contract Type: Firm Fixed Price, NAICS: 238210, Electrical Contractors and other wiring Installation Contractors), Business size is $19.0M, Title-Description of Requirement: Project Number, 589A6-24-410 REPLACE MDP PANELS BLDG 88-89, Leavenworth. The estimated cost magnitude is between $1,000,000.00 to $5,000,000.00. General Scope of Work: This project will replace MDP Panels, buildings 88-89, Leavenworth VAMC. Period of Performance is 365-Days after NTP. Deliverable: The construction contractor will do all work in accordance with the contract drawings and specifications related to project number 589A6-24-410 REPLACE MDP PANELS BLDG 88-89, Leavenworth. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work is 365-days After NTP. The facility location: VISN 15/ Leavenworth VAMC, 4101 So. 4th St Trafficway, Leavenworth Kansas, 66048. END OF SCOPE OF WORK The Government is not obligated, nor will it pay for or reimburse any costs associated with responding to this Sources Sought Synopsis Request. This notice shall not be construed as a commitment by the VA to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. If interested in this opportunity, please provide Capability Statement via email. The Capability Statement is designed to inform the Department of Veteran Affairs of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 1 no more than 3 examples. 4) Offeror's CVE certification if a Veteran owned business. 5) Please provide Socio-economic status for NAICS code 238210, Electrical Contractors and other wiring Installation Contractors and provide percentage of self-performed labor your company can perform for this type of project. 6) Offeror's Joint Venture information if applicable - existing and potential. 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. 8) Letter from Insurance Company identifying Contractors Insurance Experience Modification Rate (EMR). Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror has completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration located at Veteran Small Business Certification (sba.gov). Submittal Information: Responses shall indicate the RFI # 36C25526Q0015 Title of Project: 589A6-24-410 REPLACE MDP PANELS BLDG 88-89, Leavenworth. Please be advised that all submissions become Government property and will not be returned. All interested Offerors should submit information by e-mail to: timothy.parison@va.gov. All information submissions should be received no later than 10:00am CDT on 22 OCT 2025. Solicitation will be posted on or about 25 OCT 2025. END of RFI

Deadline: 10/22/2026
Posted: 10/15/2025
RFINAICS: 238210.0

Brand Name Only (BNO) Palo Alto Software Licenses FY26

Headquarters (HQ) Air Mobility Command (AMC) Communications Directorate (A67A) requires the purchase of Brand Name Only Palo Alto software. Palo Alto is a virtual (software) firewall that supports EACN's 10 gigabit architecture and enhances customer connection ability. The licenses required for this requirement are Palo Alto Networks VM-Series, Next Gen Firewall (NGFW) credits for Threat Prevention and Palo Alto Networks Premium Support Program for Panorama. The BNO Palo Alto Software is required to support EACN’s security policies to maintain positive control of the network, improve security efficacy and reduce security response times. These virtual machines are needed to analyze traffic to identify users/applications and determine applicable content. Without these licenses, EACN would become significantly compromised, presenting a larger attack surface for potential cyber threats. In addition, a gap in support could cause a network interruption in communications service and security. Palo Alto is the only software certified to be used with EACN and is the industry standard. Palo Alto is an other than small business selling these licenses through authorized resellers.

Deadline: 10/24/2026
Posted: 10/21/2025
Combined Synopsis/SolicitationNAICS: 513210.0

Brand Name Only (BNO) Palo Alto Software Sources Sought

Headquarters (HQ) Air Mobility Command (AMC) Communications Directorate (A67A) requires the purchase of Brand Name Only Palo Alto software. Palo Alto is a virtual (software) firewall that supports EACN's 10 gigabit architecture and enhances customer connection ability. The licenses required for this requirement are Palo Alto Networks VM-Series, Next Gen Firewall (NGFW) credits for Threat Prevention and Palo Alto Networks Premium Support Program for Panorama. The BNO Palo Alto Software is required to support EACN’s security policies to maintain positive control of the network, improve security efficacy and reduce security response times. These virtual machines are needed to analyze traffic to identify users/applications and determine applicable content. Without these licenses, EACN would become significantly compromised, presenting a larger attack surface for potential cyber threats. In addition, a gap in support could cause a network interruption in communications service and security. Palo Alto is the only software certified to be used with EACN and is the industry standard. Palo Alto is an other than small business selling these licenses through authorized resellers.

Deadline: 10/24/2026
Posted: 10/21/2025
Combined Synopsis/SolicitationNAICS: 513210.0

U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information

INTRODUCTION The Law Enforcement Safety and Compliance Directorate (LESC), on behalf of Operations Support (OS), U.S. Customs and Border Protection (CBP), and U.S. Department of Homeland Security (DHS) is conducting market research to gain a greater understanding of the full range of available options for industry’s ability to provide CBP with suitable Distraction Devices, Specialty Impact and Chemical Munitions, hand delivered and launched in 40mm launchers which meet the government’s preliminarily identified requirements. This is an RFI released pursuant to Federal Acquisition Regulation (FAR) Part 10 – Market Research. This RFI’s purpose is to obtain market information on viable sources of supply, industry practices, answers to specific questions, and industry comments. All RFI submissions become Government property and will not be returned. This announcement constitutes an official Request for Information (RFI). Further, U.S. Customs and Border Protection is not at this time seeking proposals and will not accept unsolicited proposals. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or Government use of such information. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by CBP in developing and refining its Acquisition Strategy, Statement of Work, and Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The U.S. Government does not intend to award a contract solely on the basis of this RFI or to otherwise pay for the information submitted in response to same. The U.S. Government is not obligated to notify respondents of the results of this survey. DESCRIPTION This initiative, Less Lethal Specialty Impact/Chemical Munitions, is an updated requirement to allow U.S. Customs and Border Protection (CBP), U.S. Department of Homeland Security (DHS) Components, and other federal agencies the ability to supply their armed workforce with Distraction Devices, Specialty Impact and Chemical Munitions, hand delivered and launched in 40mm launchers, for training and operational use, while achieving significant cost savings. CBP intends to solicit for a 5-year Indefinite Delivery / Indefinite Quantity (IDIQ) Contract. This contract is intended to be a Multi-Agency Contract (MAC). INFORMATION REQUESTED: Company Name, Company Address, Point of Contact, Telephone Number, and e-mail Address. CBP intends to use North America Industrial Classification System (NAICS) 332994 Small Arms and other Ordnances and Accessories? What NAICS code do you think, if any, is more appropriate for CBP to use? What size business are you registered as with NAICS Code 332994? Are you a manufacturer or distributor/reseller of LLSI CMs? If you a distributor, are you an authorized distributor capable of providing an authorization letter from the manufacturer? What is your organization’s experience with, and capability of, manufacturing and distributing less lethal distraction devices, specialty impact and chemical munitions for military or law enforcement agencies? Does this experience include designing specific devices to meet agency/military technical requirements? Where are your devices manufactured and/or assembled? If parts/components are manufactured in a different location from final assembly, please identify all subcontractors’ names and locations. What percentage of the devices are manufactured and assembled in the U.S.? Is your organization capable of manufacturing or providing devices that meet all technical requirements included in the attached draft Statement of Work (SOW)? If not, please identify the items that you are NOT able to provide? Does your organization offer the devices with a warranty? If yes, please provide warranty length, and coverage of warranty. Is your organization (or the manufacturer) ISO Certified? If so, to what standard? Provide a synopsis of current Quality Control processes related to the devices. Provide your total manufacturing capacity for all categories of devices outlined in the draft Statement of Work on a quarterly basis. What is your surge capacity for each category of device outlined in the draft Statement of Work that will be devoted to this contract? What is the normal lead-time for delivery of devices once an order is received? Do you have any concerns or questions regarding the requirements set forth in the attached draft Statement of Work? RESPONSES The information provided may be used by CBP in developing and refining its Acquisition Strategy, Statement of Work, and Performance Specifications. Responses shall be the minimum length necessary to accommodate all requested information and submitted via e-mail only. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the official Government Point of Entry site System for Award Management (SAM.gov) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address listed below. Verbal questions will NOT be accepted. Questions, if not answered directly to the respondee, will be answered by posting on the SAM.gov website; accordingly, questions shall NOT contain proprietary, sensitive, or classified information. Instructions and Response Guidelines: Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. The information provided will be used solely by CBP as market research. This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. RFI Responses shall be submitted electronically via email to the Contacting Officer, Jared Tritle at Jared.a.tritle@cbp.dhs.gov no later than 2:00 p.m. EST on Friday, October 24, 2025. Telephone responses will not be accepted. The Government is not required to respond to any information provided in response to this RFI. It is the responsibility of the interested parties to monitor SAM.gov for additional information pertaining to this RFI.

Deadline: 10/24/2026
Posted: 10/9/2025
RFI

AFOTEC AI Technology Showcase & Demonstration

1.0 Purpose and Introduction The Air Force Operational Test and Evaluation Center (AFOTEC) is seeking information from industry partners on their ability to conduct on-site AI Technology Showcases and demonstrations for AFOTEC personnel. The purpose of this RFI is to identify partners with mature, relevant AI platforms and a willingness to demonstrate their capabilities in a hands-on, educational setting to our test teams, analysts, and leadership. This is for market research purposes only and does not constitute a Request for Proposal (RFP). 2.0 Background and Problem Statement AFOTEC’s Test & Evaluation (T&E) lifecycle is currently characterized by labor-intensive document review, fragmented data sources, inaccessible corporate knowledge, and manual reporting processes. To maintain our analytical edge, AFOTEC is seeking to adopt AI-powered capabilities to automate workflows, synthesize information, and enhance data-driven decision-making. We need to expose our workforce to the art of the possible and understand how commercially available technologies can solve our specific T&E challenges. 3.0 Event Concept: AI Technology Showcase & Workshops AFOTEC envisions a series of 3-4 hour Industry Day events (week of November 3-7) where selected vendors can showcase their AI platforms and capabilities directly to our personnel. The goal is to move beyond high-level briefings and provide tangible, use-case-driven demonstrations. A successful proposal would detail a workshop agenda that includes technology showcases and demonstrations focused on the capability areas described below. 4.0 Requested Information: Capability Showcase Areas Respondents are requested to provide information (not to exceed 5 pages total) describing their ability to conduct an Industry Day showcase that demonstrates solutions for the five capability areas below. For each area, please describe your proposed approach for the showcase and/or demonstrations. Capability Area 1: Automated Test Design and Requirements Traceability Objective: To replace labor-intensive document review with AI-enabled synthesis, creating a dynamic digital thread from system requirements to test outcomes. Requested Information: What specific AI technologies or platforms in your portfolio address this objective? How would you demonstrate your solution's ability to ingest various requirements documents (e.g., ICDs, CDDs) and automatically extract key entities and map their relationships? Capability Area 2: Integrated T&E Lifecycle Automation Objective: To provide a unified digital backbone that automates the end-to-end T&E lifecycle, including document generation, data ingestion pipelines, and dynamic reporting. Requested Information: What technologies would you showcase to demonstrate an integrated workflow automation engine? How would you demonstrate the automation of a typical document staffing and approval process, including notifications and audit trails? Capability Area 3: AI-Assisted Test Measures Development Objective: To turn measures development from a subjective art into a repeatable, data-grounded process using NLP to assist analysts. Requested Information: What specific NLP or semantic analysis tools would you showcase to address this objective? How would you demonstrate your solution’s ability to analyze source documents and automatically recommend candidate Measures of Effectiveness (MOEs), Performance (MOPs), and Suitability (MOSs)? Capability Area 4: Automated Document Classification and Compliance Enforcement Objective: To streamline the handling of our growing document sets by automatically tagging, categorizing, and routing files based on their content and sensitivity in accordance with user-defined rules. Requested Information: What technologies in your portfolio support automated, content-based document classification? How would you demonstrate your system's ability to enforce complex rule sets, such as Security Classification Guidelines (SCGs), on a set of sample documents? Capability Area 5: Automated Documentation Review and Knowledge Retrieval Objective: To enhance the quality of test documentation and provide analysts with an intelligent "search" capability across all of AFOTEC's corporate knowledge. Requested Information: What technologies would you showcase to demonstrate a natural language search capability over a large, unstructured document repository? How would you demonstrate your system’s ability to provide direct, cited answers to questions and ensure the factual accuracy of its responses? Tangible Requirements for AI Adoption at AFOTEC 1. A Centralized, Authoritative T&E Knowledge Repository Problem Addressed: The memo's most critical finding: "No searchable AFOTEC repository," rampant version control issues, reliance on single individuals (the historian), and catastrophic data loss incidents. Requirement: An enterprise-wide system that serves as the single, authoritative source of truth for all programmatic artifacts, including test plans, data, models, briefs, and final reports. This system must enforce version control and have a robust data retention policy to prevent accidental or administrative data loss, codifying knowledge management as a system-dependent process. 2. An AI-Powered, Natural Language Search and Retrieval Capability Problem Addressed: The inability of personnel to find lessons learned, past test designs, or technical details without manually contacting individuals or searching through disconnected drives. Requirement: A capability built on Retrieval Augmented Generation (RAG) that allows any user to ask plain-language questions across the entire knowledge repository and receive direct, fact-checked answers with citations to the source documents. This capability must include a "hallucination grader" to ensure the factual consistency and trustworthiness required for T&E. 3. An Automated Data Ingestion and Processing Pipeline Problem Addressed: The time-consuming, resource-intensive, and error-prone manual process of gathering performance metric data from disparate systems, as highlighted by the desire for "analysis tools that can apply machine learning and automation." Requirement: An automated data pipeline, similar to the Metric Reporting Automation use case, that can connect to various data sources, extract targeted information, perform calculations, and populate standardized dashboards. This would eliminate the manual data wrangling that currently consumes significant analyst time. 4. A Scalable Document Digitization Capability Problem Addressed: The significant constraint on Digital Engineering (MBSE) and analysis caused by critical data being "trapped within a vast repository of scanned documents," requiring thousands of labor-hours for manual extraction. Requirement: A capability that uses domain-specific AI to automatically identify and extract structured data from unstructured scanned documents like engineering drawings, parts lists, and legacy technical reports. This system must be able to process thousands of documents to unlock data for integration into PLM and MBSE systems. 5. An Integrated Workflow and Task Management Engine Problem Addressed: The documented inefficiency and user frustration with cumbersome tools like AFTOPS and the temporary ACAP staffing solution, which lack proper notifications, tasking, and audit trails. Requirement: A unified workflow engine that automates the entire document lifecycle (generation, review, approval) with clear tasking, automated notifications, and a searchable audit trail. This system must provide a single view of all tasks, from program milestones to individual analyst assignments, mirroring the success of the AWESOME project at DOT&E. 6. A Model-Based Document Generation Capability Problem Addressed: The limited adoption of MBSE due to the challenge of linking technical models (e.g., in Cameo) to the generation of standard test documentation, resulting in isolated models with little immediate value. Requirement: A capability to serve as the "connective tissue" between MBSE tools and the T&E process. The system must be able to ingest data and requirements directly from models via APIs and automatically generate formatted, compliant test artifacts (Test Plans, DMAPs, etc.), thereby driving MBSE adoption by providing a clear return on investment.

Deadline: 10/25/2026
Posted: 9/26/2025
RFINAICS: 513210.0

AFRL/RX Functional Materials Open BAA

Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications.

Deadline: 10/26/2026
Posted: 10/26/2022
SolicitationNAICS: 541715.0

AFRL/RX Functional Materials Open BAA

Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications.

Deadline: 10/26/2026
Posted: 10/26/2021
SolicitationNAICS: 541715.0

Air Force Temperate Weather Boot

Solicitation: SPE1C1-26-R-ITEM Synopsis Item: Boot, Air Force Temperate Weather Boot PGC(s): 039444 (Men's) & 03945 (Women's) Lend NSN(s): 8430-01-675-8255 (Men's) & 8435-01-675-7941(Women's) DLA Troop Support has a requirement for Boot, Men's & Women's, Coyote, Temperate Weather, Air Force (PGC's 03944 & 03945). The boots shall be manufactured in accordance with Product Description: PD-77AESG-06-01A, Date: 29June 2018 (Men's) & PD-77AESG-06-03A , Date: 29June2018 (Women's). See the Attached Documents.

Deadline: 10/28/2026
Posted: 10/28/2025
PresolicitationNAICS: 316210.0

STRING, NOMEX

To be considered for award, the offeror must complete and submit the attached solicitation# SPMYM4-26-Q-3033 via email to Contracting Officer: wongduean.a.guajardo.civ@us.navy.mil. Please provide your quote no later (see attached) HST. All questions regarding the RFQ shall be submitted electronically via email to Mrs. Wongduean Guajardo (see above email address). If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. IAW FAR 52.212-2. Award will be made to the Lowest Priced Technically Acceptable (LPTA) Offeror. The evaluation factors will be the following : 1) Technical Capability 2) ETD and 3.) Price

Deadline: 10/30/2026
Posted: 10/24/2025
SolicitationNAICS: 314994.0

SLEEP STUDIES CLE

SOURCES SOUGHT

Deadline: 10/30/2026
Posted: 10/23/2025
RFINAICS: 621999.0

SPRTA125R00168 (NSN:2915-01-310-2141)

FUEL CONTROL,AFTERB NSN: 2915013102141 P/N: 7901001L12 14 each

Deadline: 10/30/2026
Posted: 9/30/2025
SolicitationNAICS: 336412.0

DRAFT Call for Solutions - Flight School Next (FSN)

CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.

Deadline: 10/31/2026
Posted: 9/8/2025
SolicitationNAICS: 611512.0

DRAFT Call for Solutions - Flight School Next (FSN)

CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.

Deadline: 10/31/2026
Posted: 9/7/2025
SolicitationNAICS: 611512.0

DRAFT Call for Solutions - Flight School Next (FSN)

CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.

Deadline: 10/31/2026
Posted: 8/23/2025
SolicitationNAICS: 611512.0

DRAFT Call for Solutions - Flight School Next (FSN)

CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.

Deadline: 10/31/2026
Posted: 8/16/2025
SolicitationNAICS: 611512.0

DRAFT Call for Solutions - Flight School Next (FSN)

CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.

Deadline: 10/31/2026
Posted: 8/14/2025
SolicitationNAICS: 611512.0

DRAFT Call for Solutions - Flight School Next (FSN)

CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.

Deadline: 10/31/2026
Posted: 7/11/2025
SolicitationNAICS: 611512.0

DRAFT Call for Solutions - Flight School Next (FSN)

CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.

Deadline: 10/31/2026
Posted: 7/11/2025
SolicitationNAICS: 611512.0

DRAFT Call for Solutions - Flight School Next (FSN)

CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.

Deadline: 10/31/2026
Posted: 7/10/2025
SolicitationNAICS: 611512.0

WPAFB 3rd Air Stream/ B18

Please review the Market Survey Document within the "attachments" section and complete the required Market Survey Response Form provided within the "links" section. The US Army Corps of Engineers (USACE), Louisville District, is conducting market research to identify potential parties having interest in and capability of performing construction of a new, fully functional, industrial, compressed air plant in the controlled access B18 Complex at Wright-Patterson AFB, including two centrifugal air compressors (4,000 HP), two industrial, natural gas-fired air heaters (18.1 MM BTU/hr / 55 MM BTU/hr), insulated specialty steel distribution piping (schedule 80-120), valves, and all associated controls and monitoring devices, integrated with the existing control system. Based on the responses to this request via the Market Survey Response Form, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluation will be provided to companies regarding their submissions. The Government will consider feedback received in determining if a small business set-aside is appropriate for this requirement. DISCLAIMER: This request for information is for information purposes only; it is not a request for competitive proposals, quotations, or bids. It does not constitute a solicitation 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 the announcement is strictly voluntary and will not be returned to the responder. Incomplete answers in any section or providing information outside the scope of this announcement may remove respondents from the Government's determination of whether to solicit the referenced project on a set-aside basis in accordance with Part 19 of the Federal Acquisition Regulation. Not responding to this notice does not preclude participation in any future request for competitive proposals, quotations, or bids, if any issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.

Deadline: 10/31/2026
Posted: 10/17/2025
RFINAICS: 238220.0

Transportation Services for Static Display Training Aircraft

This is a Sources Sought Notice. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The Government is seeking responses to this Sources Sought Notice from all interested small businesses capable of providing the requirement. 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 Volk Field Air National Guard Base – Camp Douglas, Wisconsin to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. Volk Field ANGB is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified small business sources capable of Transportation Services for Static Display Training Aircraft. Objective: The objective of this requirement is to obtain transportation services for the safe, secure, and efficient relocation of multiple 4th and 5th generation static display military aircraft from various locations across the continental United States to Volk Field Air National Guard Base (ANGB) in Camp Douglas, Wisconsin. These aircraft will be used for Crash Damaged Disabled Aircraft Recovery (CDDAR) training operations conducted by military personnel. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is NOT seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it may be synopsized on the System Award Management (SAM) https://www.sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 448190-Other Support Activities for Air Transportation, with a Small Business size standard of $40.0M. Responses to this Sources Sought Notice shall be e-mailed to the Volk Field Contracting Office at WI.CRTC.VF.Contracting@us.af.mil, no later than 31 October 2025 at 1:00 p.m. Central Daylight Time (CDT). In response to this sources sought, please provide: 1. Sources Sought Response Form filled out and completed in its entirety. 2. Identify whether your firm is/ would be interested in competing for potential requirements as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The capability packages for this source sought are not a proposal, but rather statements regarding the company’s existing experience in relation to the areas specified above. No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages. Attachment 1: Sources Sought Response Form

Deadline: 10/31/2026
Posted: 10/21/2025
RFINAICS: 488190.0

BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms

This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016. A formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued or further announced. This announcement will remain open for three (3) years from the date of publication unless otherwise extended. Initial responses to this announcement must be in the form of White Papers and may be submitted at any time during this three (3) year period. Proposals will be requested only from those Offerors selected as a result of the technical review of the White Papers made in accordance with the evaluation criteria specified herein. Contracts, or any other ordering vehicle identified as appropriate upon the receipt of the individual White Papers, may be awarded based on proposal evaluations and availability of funding. The Naval Sea Systems Command (NAVSEA) will not issue paper copies of this announcement. NAVSEA reserves the right to select for proposal submission all, some or none from among the White Papers submitted in response to this announcement. Issuance of an RFP is not a commitment by NAVSEA to award a contract. NAVSEA provides no funding for direct reimbursement of White Paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVSEA to treat all White Papers and proposals as competition sensitive information and to disclose their contents only for the purposes of evaluation.

Deadline: 11/1/2026
Posted: 11/1/2023
Combined Synopsis/SolicitationNAICS: 541330.0

BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms

06/16/2025: Update Point of Contact (POC) ------------------------------------------------------------ This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016. A formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued or further announced. This announcement will remain open for three (3) years from the date of publication unless otherwise extended. Initial responses to this announcement must be in the form of White Papers and may be submitted at any time during this three (3) year period. Proposals will be requested only from those Offerors selected as a result of the technical review of the White Papers made in accordance with the evaluation criteria specified herein. Contracts, or any other ordering vehicle identified as appropriate upon the receipt of the individual White Papers, may be awarded based on proposal evaluations and availability of funding. The Naval Sea Systems Command (NAVSEA) will not issue paper copies of this announcement. NAVSEA reserves the right to select for proposal submission all, some or none from among the White Papers submitted in response to this announcement. Issuance of an RFP is not a commitment by NAVSEA to award a contract. NAVSEA provides no funding for direct reimbursement of White Paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVSEA to treat all White Papers and proposals as competition sensitive information and to disclose their contents only for the purposes of evaluation.

Deadline: 11/1/2026
Posted: 6/16/2025
Combined Synopsis/SolicitationNAICS: 541330.0

DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026

DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026

Deadline: 11/2/2026
Posted: 10/20/2025
RFINAICS: 33661.0

120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT

SOLICITATION N3220526R6016 Q&A 0001 IS HEREBY POSTED. PLEASE SEE ATTACHED Q&A 0001. SOLICITATION N3220526R6016 IS HEREBY AMENDED. PLEASE SEE ATTACHED AMENDMENT A0001 RFP N3220526R6016 AND ITS ASSOCIATED DOCUMENTS ARE HEREBY ATTACHED.

Deadline: 11/3/2026
Posted: 10/31/2025
SolicitationNAICS: 483112.0

120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT

RFP N3220526R6016 AND ITS ASSOCIATED DOCUMENTS ARE HEREBY ATTACHED.

Deadline: 11/3/2026
Posted: 10/24/2025
SolicitationNAICS: 483112.0

DATA PACK ASSEMBLY

CONTACT INFORMATION|4|N7M1.15|BUD|717-605-1350|Kailyn.m.muro.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|See schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days after date of award.| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|334412|750|X|X|||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this Amendment is to update the clauses and provisions, update the option period, and extend the offer due date to 03 NOV 2026. This Amendment makes no other changes. \ Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 276 Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractors facility as reflected in the AAction Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ NTE ___ Return Material Authorization # (RMA), if applicable:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material. Option Remarks: The Contract Officer would like to exercise a 100% option quantity within180-days of the effective date of the contract award. The contractor willprovide the same delivery turnaround as the base line items. A modificationwill be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% optionquantity for the procurement contract. Yes ___ or No ____ Please indicate the pricing for the option quantity. Price Each: $___________ IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA PACK ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The DATA PACK ASSEMBLY repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;54547 131020-1 1GX03 131020-1 5MQW9 131020-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.

Deadline: 11/3/2026
Posted: 10/21/2025
SolicitationNAICS: 334412.0

DATA PACK ASSEMBLY

CONTACT INFORMATION|4|N7M1.15|BUD|717-605-1350|Kailyn.m.muro.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|See schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days after date of award.| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|334412|750|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 276 Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractors facility as reflected in the AAction Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ NTE ___ Return Material Authorization # (RMA), if applicable:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material. Option Remarks: The Contract Officer would like to exercise a 100% option quantity within180-days of the effective date of the contract award. The contractor willprovide the same delivery turnaround as the base line items. A modificationwill be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% optionquantity for the procurement contract. Yes ___ or No ____ Please indicate the pricing for the option quantity. Price Each: $___________ IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA PACK ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The DATA PACK ASSEMBLY repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;54547 131020-1 1GX03 131020-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.

Deadline: 11/3/2026
Posted: 10/21/2025
SolicitationNAICS: 334412.0

VOYAGE CHARTER

Sources Sought N32205-SS-N103-26-009 is hereby amended. Please see the attached amendment 0001. Please see the attached Sources Sought Notice N32205-SS-N103-26-009.

Deadline: 11/4/2026
Posted: 10/30/2025
RFINAICS: 483111.0

VOYAGE CHARTER

Please see the attached Sources Sought Notice N32205-SS-N103-26-009.

Deadline: 11/4/2026
Posted: 10/27/2025
RFINAICS: 483111.0
Page 18 of 36