Federal Contract Opportunities
Showing 851-900 of 2,702 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2030-26-00179
NSN: 2840-01-323-5961NZ NOUN: STIFFENER, HEATCHIEL TOP DRAWING: 4060565 EDL REVISION & DATE: 2 / 16 OCT 2024 MDC: WFA IM NAME: VANHOUTAN, ELIZABETH C
FD2030-25-02415
NSN: 1660-01-473-3549BO NOUN: REGULATOR, OXYGEN, DF TOP DRAWING: 16VK059-2 EDL REVISION & DATE: 2 / 31 AUG 2021 MDC: EEF IM NAME: DINH, VIVIAN V
FD2030-25-02308
NSN: 1650-01-684-1629HS NOUN: RUDDER, SPECIAL TOP DRAWING: 300300R-1005 EDL REVISION & DATE: 3 / 27 AUG 2025 MDC CODE: EFJ IM NAME: FALCONER, MICHAEL S.
FD2030-26-00017
NSN: 2840-01-144-4775OK NOUN: NOZZLE, TURBINE, AIRC TOP DRAWING: 6009T46G08 EDL REVISION & DATE: 10 / 11 JUL 2025 MDC CODE: 2JF IM NAME: DOWELL, MONIQUE L.
FD2030-25-02139
NSN: 1680-00-210-8808RK NOUN: ACTUATOR, ELECTRO-ME TOP DRAWING: 9-23897-2 EDL REVISION & DATE: 7 / 27 AUG 2025 MDC CODE: EMJ IM NAME: HANSON-WHEELER, JERRI L.
66 - FMS Repair - DISPLAY UNIT, FLIGHT
Solicitation Remarks: This is a sole source requirement for the repair of the following: NSN: 7R 6610-015687028 Part Number: 267A740-3 Nomenclature: DISPLAY UNIT, FLIGHT FMS Case: AT-P-GXO Critical Application Item (CAI) RMC: 3D NAVUP WSS Philadelphia intends to award this requirement on a sole source basis under an already established BOA. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. One or more of the items under this acquisition is subject to Free Trade Agreements. (FAR 52.225-3). One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. (FAR 52.225-5) These items require Government Source Approval prior to award. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure, which can be obtained on the internet at https://www.navsup.navy.mil/Business-Opportunities/Home/ Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Mrs. Dana Scott at the email address: dana.l.scott14.civ@us.navy.mil
FD2020-21-01168
4320011891409YP GOVERNOR,PUMP,PRESS 3 IMAGES
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
7 Nov 2025 Update: The following link allows the viewing of industry day: https://www.youtube.com/watch?v=c-cFdEajXeo For industry input (RFI) requested (starting on slide 19 of the brief), please submit no later than 17 Nov 2025. Industry Input (RFI): Proprietary information may be submitted; however, RFI respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.? If a submission is marked, it will be protected from disclosure outside of Government personnel, unless permission is granted for Government support contractors to view the material. The following companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of an RFI respondent’s proprietary data.? RFI responses?MUST?clearly state whether permission is granted allowing the support contractors identified below access to any proprietary information. Boston Consulting Group (BCG) Swingtide Andrew Morgan Consulting, LLC? Greenlight Analytic, LLC Monterey Consultants, INC This RFI is not a solicitation.??This RFI is for planning purposes only.? It does not constitute an RFP or a promise to issue an RFP in the future.? This RFI does not commit the Government to contract for any supply or service whatsoever.? Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. ?All costs associated with responding to this RFI will be solely at the responding party’s expense.? Participation is not mandatory or required; participation or response to this RFI is not a prerequisite for any future procurement activities.? As a reminder, questions submitted through Bidscale (https://select.bidscale.app) will be made public, excluding submitters information. -------------------------------------------------------------------------------------------------------- Industry Day will be held 5 Nov 2025 starting at 10:00 am eastern at the Holiday Inn Arlington. Address: 4610 N Fairfax Drive; Arlington VA, 22203 Parking: At the hotel, drive through the open gate to the large lot behind the building. The cost is $10 with validation, $20 without. For validated parking, upon arrival, attendees must stop at the front desk to receive a parking pass to hang in your vehicle prior to attending industry day. A QR code for checking in will be provided at the venue. Please email sonya.m.edom.civ@health.mil, if you haven't already, to reserve space. ------------------------------------------------------------------------------------ The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
Update: Industry Day will be held 5 Nov 2025 starting at 10:00 am eastern at the Holiday Inn Arlington. Address: 4610 N Fairfax Drive; Arlington VA, 22203 Parking: At the hotel, drive through the open gate to the large lot behind the building. The cost is $10 with validation, $20 without. For validated parking, upon arrival, attendees must stop at the front desk to receive a parking pass to hang in your vehicle prior to attending industry day. A QR code for checking in will be provided at the venue. Please email sonya.m.edom.civ@health.mil, if you haven't already, to reserve space. ------------------------------------------------------------------------------------ The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
Update: Industry Day will be held 5 Nov 2025 starting at 10:00 am eastern at the Holiday Inn Arlington. Address: 4610 N Fairfax Drive; Arlington VA, 22203 Parking: At the hotel, drive through the open gate to the large lot behind the building. The cost is $10 with validation, $20 without. For validated parking, upon arrival, attendees must stop at the front desk to receive a parking pass to hang in your vehicle prior to attending industry day. A QR code for checking in will be provided at the venue. Please email sonya.m.edom.civ@health.mil, if you haven't already, to reserve space. ------------------------------------------------------------------------------------ The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
Update: Industry Day will be held 5 Nov 2025 starting at 10:00 am eastern at the Holiday Inn Arlington. Address: 4610 N Fairfax Drive; Arlington VA, 22203 Parking: At the hotel, drive through the open gate to the large lot behind the building. The cost is $10 with validation, $20 without. For validated parking, upon arrival, attendees must stop at the front desk to receive a parking pass to hang in your vehicle prior to attending industry day. A QR code for checking in will be provided at the venue. Please email sonya.m.edom.civ@health.mil, if you haven't already, to reserve space. ------------------------------------------------------------------------------------ The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
Health Care Delivery System (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
The Government is hosting an Industry Day in the Washington D.C. area the first week of November 2025. The exact date, time, and location will be announced shortly. This is an in-person event only. Attendance is limited to a maximum of three (3) representatives per company, as capacity is capped at 150 attendees. The purpose of this Industry Day is to provide industry partners with updates on the MHS GENESIS recompete, including the target timeline for solicitation(s) and key areas where the Government will seek industry engagement. Presentation materials and other relevant information will be made available on SAM.gov and Defense Health Agency (DHA) social media channels shortly after the event for those unable to attend. Background & Overview • Program Executive Office, Defense Healthcare Management Systems (PEO DHMS) is planning for a competitive award to support the Federal Electronic Health Record (EHR). The new contract strategy focuses on the following priorities: • Keeping pace with commercial technology advancements, leveraging the commercial ecosystem for defense systems, rapidly delivering scaled digital capabilities, and evolving our systems faster than adversaries can adapt on the battlefield. • Reducing the timeline required to compete follow-on efforts. • Tightening integration with the Veterans Affairs (VA) and other Federal agencies who require Electronic Health Information. • Improving efficiency in the delivery of healthcare and long-term sustainability of information technology investments. • Where appropriate, leveraging a compensation model for EHR contractor(s) based on healthcare value delivered rather than on activity, capability, or consumption. • Ensuring the best-in-class specialized methodology developed under the incumbent contract for successful EHR deployment remains available for the Department of War (DoW) and Federal agencies.
MARVEL End User Application & Utilization
INTRODUCTION Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from industry providers to suggest potential tests and experiments leveraging the Microreactor Application Research Validation and Evaluation (MARVEL) demonstration. This will consist of a two-step process starting with a feasibility assessment, then a physical implementation, subject to Congressional Appropriation. BACKGROUND The MARVEL will be an operational microreactor and is expected to serve as a nuclear test bed to demonstrate microreactor operations and end-use applications, paving the way for unleashing private sector nuclear energy development. A primary goal of the project is to provide a platform that can be leveraged by the private sector to mature novel nuclear technologies and demonstrate innovative new use cases for microreactors. Additional information on MARVEL’s utilization plan can be found in: https://www.osti.gov/biblio/2371820. In short, the MARVEL reactor can be used to the following non-exhaustive list of potential applications: Demonstrating novel nuclear-generated electricity applications (e.g., nuclear-powered microgrids, or nuclear-powered data-centers) Demonstrate novel nuclear heat applications (e.g., chemical processing, synfuel production, novel power conversion systems) Requesting data access (e.g., analyses conducted, documentations, engineering drawings) Operating the reactor in specific modes to validate models (e.g., conducting a specific transient to benchmark codes) Deploy advanced instrumentation and control paradigm to nuclear reactors (e.g., semi-autonomous operations, far-field remote operations) Demonstrate novel safeguards and security paradigms for nuclear technology (e.g., cyber-secure communications, novel safeguard techniques for microreactors) The current MARVEL scope will consist of developing an 85kWth reactor producing more than 10 kWe of electricity in the first stage of operations. In the second stage, process heat (above 300°C) will be provided to end-users specifically for type 2 demonstrations from the list above. Additional information on the technical specifications can be found in the MARVEL factsheets. SUBMITTAL REQUIREMENTS INL is soliciting requests from private industry on potential tests or demonstrations, leveraging MARVEL, that would be valuable for them to conduct. Companies or other interested parties are encouraged to submit EOIs relating to any of the above-mentioned topical areas (or other topics not covered by the list). Expressions of Interest will be ranked based on their potential impact to the broader US energy landscape. Promising concepts will be invited to respond to a potential Notice of Opportunity (NO) at a later stage. The NO will contain additional information about requirements for a more detailed proposal, funding expectations, timeline, and proposal ranking metrics. Following selection, a two-step process is envisaged whereby stakeholders work with national lab staff first to ensure the viability of the test/demonstration (currently intended for Fiscal Year 2026). This is then followed by a solicitation to conduct physical test/demonstration (currently intended for Fiscal Year 2027-2028). Interested entities are requested to provide expressions of interest (via email) by close-of business on 08/30/2025. Responses must include sufficient written information confirming the responder’s qualifications and the relevancy of their proposed scope based on the guidance in Section 2. Note that responses must be no more than 2 pages in length in PDF format. They should clearly state which of the above 6 category they fall under, which partnering institutions are included in the proposal, and what level of support (beyond the NO) is needed from INL (e.g., if the end-user or INL is expected to provide specific hardware). The content should ideally cover: the goal of the application, why it is impactful for the US nuclear industry, potential technical needs and technical specifications (e.g., quantity of energy needed, temperature range, MARVEL reactor operating conditions, test durations). If you have questions, or need additional information, please contact Stacie Strain, Program Manager, via email at stacie.strain@inl.gov with the subject line “Response to MARVEL Utilization EOI.” Technical questions must be submitted in writing via email. Only potentially qualified entities, as determined by BEA, will be contacted for further discussions or the release of a request for proposal for the project. PROPRIETARY INFORMATION Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents are encouraged to minimize the inclusion of sensitive information to the extent possible and mark information in their responses accordingly.
Financial Management - Financial Improvement Audit Remediation (FIAR)
18NOV2025 posting FM FIAR BPA evaluation criteria ================= 17NOV2025 update - on Thursday 20NOV2025 from 0900-1200, we will hold an Industry review of evaluation criteria and Instructions for the multiple award BPA. We welcome Industry participation. The draft documents will be uploaded by COB today. Meeting ID: 993 355 555 161, Passcode: hy7tZ3by Dial in by phone: +1 410-874-6750, 749764321# United States, Phone conference ID: 749 764 321# Link: https://dod.teams.microsoft.us/l/meetup-join/19%3a dod%3ameeting_c6d4f041830448e08cbd45811a02c90d%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%227053d7c7-69f5-41a4-820e-3b75753134d3%22%7d ======================================= 13NOV2025 Update: The NAICS for subject effort was changed to 541211 and briefed at Industry Day. The PSC code was updated to R499 and briefed at Industry Day. All information was included in the SAM.gov posted Industry Day charts. Comments questions please email Christine Dolan @Christine.dolan@us.af.mil. ====================================================== 10NOV2025 Updates, please see revised 12NOV2025 Industry Day Charts and revised DRAFT SAF/FM Support Scope and Ordering Guide ============================================================ 7Novmber 2025 updates Posting Industry Day Charts and Draft documents. Comments Questions and Concerns please bring to Industry Day. =================================================================== 4 November 2025 Update Referencing previous post, the Government is rescheduling virtual industry day to 12 November 2025 from 9:00 AM to 5:00 PM Eastern Time via Microsoft TEAMS. If you have previously registered, you should have received an invite from Ms Jennifer McCann. If you have not registered, please complete the linked registration form: https://forms.osi.apps.mil/r/3hnHRr0DqG The bidder's library is available upon request and sent via DOD SAFE. To request, please fill out the linked form: https://forms.osi.apps.mil/r/tPHLEp7Xke NOTE: There will be no one-on-one sessions. In place of these one-on-one sessions, we will conduct an open live discussion, walking through the draft PWS, taking feedback, and taking input on DAF draft acquisition strategy. Draft agenda for Industry Day: Opening remarks Ms. Lara C. Sayer, Principal Deputy Assistant Secretary of the Air Force, Financial Management and Comptroller and Mr. Michael W. Smiley, Associate Deputy Assistant Secretary (Financial Operations) Overview of current roadmap (living document) Deep dive into targeted roadmap tasks Review/Discuss Draft PWS Review/Discuss Draft Acquisition Strategy Review/Discuss Draft Timeline to Award Microsoft TEAMS meeting link: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_aeba87c56d524928be81ce585a2e7791%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%22d3156f9e-466e-4ef9-acfa-181603b82ebf%22%7d Meeting ID: 993 239 780 709 Passcode: 2Uh2Qk7q
Financial Management - Financial Improvement Audit Remediation (FIAR)
17NOV2025 update - on Thursday 20NOV2025 from 0900-1200, we will hold an Industry review of evaluation criteria and Instructions for the multiple award BPA. We welcome Industry participation. The draft documents will be uploaded by COB today. Meeting ID: 993 355 555 161, Passcode: hy7tZ3by Dial in by phone: +1 410-874-6750, 749764321# United States, Phone conference ID: 749 764 321# Link: https://dod.teams.microsoft.us/l/meetup-join/19%3a dod%3ameeting_c6d4f041830448e08cbd45811a02c90d%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%227053d7c7-69f5-41a4-820e-3b75753134d3%22%7d ======================================= 13NOV2025 Update: The NAICS for subject effort was changed to 541211 and briefed at Industry Day. The PSC code was updated to R499 and briefed at Industry Day. All information was included in the SAM.gov posted Industry Day charts. Comments questions please email Christine Dolan @Christine.dolan@us.af.mil. ====================================================== 10NOV2025 Updates, please see revised 12NOV2025 Industry Day Charts and revised DRAFT SAF/FM Support Scope and Ordering Guide ============================================================ 7Novmber 2025 updates Posting Industry Day Charts and Draft documents. Comments Questions and Concerns please bring to Industry Day. =================================================================== 4 November 2025 Update Referencing previous post, the Government is rescheduling virtual industry day to 12 November 2025 from 9:00 AM to 5:00 PM Eastern Time via Microsoft TEAMS. If you have previously registered, you should have received an invite from Ms Jennifer McCann. If you have not registered, please complete the linked registration form: https://forms.osi.apps.mil/r/3hnHRr0DqG The bidder's library is available upon request and sent via DOD SAFE. To request, please fill out the linked form: https://forms.osi.apps.mil/r/tPHLEp7Xke NOTE: There will be no one-on-one sessions. In place of these one-on-one sessions, we will conduct an open live discussion, walking through the draft PWS, taking feedback, and taking input on DAF draft acquisition strategy. Draft agenda for Industry Day: Opening remarks Ms. Lara C. Sayer, Principal Deputy Assistant Secretary of the Air Force, Financial Management and Comptroller and Mr. Michael W. Smiley, Associate Deputy Assistant Secretary (Financial Operations) Overview of current roadmap (living document) Deep dive into targeted roadmap tasks Review/Discuss Draft PWS Review/Discuss Draft Acquisition Strategy Review/Discuss Draft Timeline to Award Microsoft TEAMS meeting link: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_aeba87c56d524928be81ce585a2e7791%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%22d3156f9e-466e-4ef9-acfa-181603b82ebf%22%7d Meeting ID: 993 239 780 709 Passcode: 2Uh2Qk7q
Financial Management - Financial Improvement Audit Remediation (FIAR)
13NOV2025 Update: The NAICS for subject effort was changed to 541211 and briefed at Industry Day. The PSC code was updated to R499 and briefed at Industry Day. All information was included in the SAM.gov posted Industry Day charts. Comments questions please email Christine Dolan @Christine.dolan@us.af.mil. ====================================================== 10NOV2025 Updates, please see revised 12NOV2025 Industry Day Charts and revised DRAFT SAF/FM Support Scope and Ordering Guide ============================================================ 7Novmber 2025 updates Posting Industry Day Charts and Draft documents. Comments Questions and Concerns please bring to Industry Day. =================================================================== 4 November 2025 Update Referencing previous post, the Government is rescheduling virtual industry day to 12 November 2025 from 9:00 AM to 5:00 PM Eastern Time via Microsoft TEAMS. If you have previously registered, you should have received an invite from Ms Jennifer McCann. If you have not registered, please complete the linked registration form: https://forms.osi.apps.mil/r/3hnHRr0DqG The bidder's library is available upon request and sent via DOD SAFE. To request, please fill out the linked form: https://forms.osi.apps.mil/r/tPHLEp7Xke NOTE: There will be no one-on-one sessions. In place of these one-on-one sessions, we will conduct an open live discussion, walking through the draft PWS, taking feedback, and taking input on DAF draft acquisition strategy. Draft agenda for Industry Day: Opening remarks Ms. Lara C. Sayer, Principal Deputy Assistant Secretary of the Air Force, Financial Management and Comptroller and Mr. Michael W. Smiley, Associate Deputy Assistant Secretary (Financial Operations) Overview of current roadmap (living document) Deep dive into targeted roadmap tasks Review/Discuss Draft PWS Review/Discuss Draft Acquisition Strategy Review/Discuss Draft Timeline to Award Microsoft TEAMS meeting link: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_aeba87c56d524928be81ce585a2e7791%40thread.v2/0?context=%7b%22Tid%22%3a%228331b18d-2d87-48ef-a35f-ac8818ebf9b4%22%2c%22Oid%22%3a%22d3156f9e-466e-4ef9-acfa-181603b82ebf%22%7d Meeting ID: 993 239 780 709 Passcode: 2Uh2Qk7q
Financial Management - Financial Improvement Audit Remediation (FIAR)
This is the SAM.gov site for the upcoming Financial Management - Financial Improvement & Audit Remediation (FIAR) requirements. FIAR services will be procured for Air Force Financial Management & Comptroller (SAF/FMF), Air Force Material Command Financial Management (AFMC/FM) and Defense Security Cooperation Agency (DSCA) under this acquisition. There is not an Approved acquisition strategy for this requirement. The government will be posting Requirements documents, Requests for Information and Bidders library information on this site, in preparation of a competitive process and contract award. This will represent the Market Research process of this acquisition, which will result in a finalized acquisition strategy. When we have a tentative schedule that will also be posted here. ========================================================== 03SEP2025 SOURCES SOUGHT - this is a request for companies interested in this procurement to respond to Government questions in Attached document titled "Financial Management FIAR Sources Sought 3SEP25". Please provide responses to Government questions NLT 1700 hours 10SEP2025. Request companies utilize this excel file template. Extensive capability packages are not desired. Email responses to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. The Government is also posting the Performance Work Statement (PWS). Request companies provide any comments, questions on the requirements package via the same excel file format titled "Financial Management FIAR Sources Sought 3SEP25". Request you submit feedback, questions on requirements package NLT 1700 hours 10SEP2025 via email to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. ========================================== 25Sep2025 - We welcome and appreciate your interest in competing for this opportunity. This contract will provide audit remediation support for financial statements reporting and analysis for the following customers: SAF/FM (United States Air Force (USAF) and United States Space Force (USSF) for the Department of the Air Force General Fund (GF); Air Force Materiel Command (AFMC) for the Working Capital Fund (WCF); and the Defense Security Cooperation Agency (DSCA) for the DAF Title 22 Security Assistance Accounts (SAA). A virtual industry day will be held on 1 October 2025. The industry day will start with a General Session from 0900-1030 EST including: SAF/FMF welcome & explanation of the importance of this effort Overview of the intent of the performance of work statement Question and Answer session At the conclusion of the General Session, we will commence with breakout sessions for all requesting companies. These sessions will last no more than 30 minutes. 30-minute break out sessions for vendors To Register General Session: All companies interested in attending the Industry Day should complete the attached FIAR Industry Day Registration form. List all participants on the form that will need a link to the Industry Day. The form should be returned to michael.mason.23@us.af.mil by COB 29 September 2025. A link will be sent to the email addresses listed on the registration form. Breakout Session: If your company desires a 30-minute breakout session on 1 October 2025 indicate “Yes” in column H on the FIAR Industry Day Registration form. All registrants indicating “Yes” for the “Will attend a 30-minute breakout session” in column H will be sent a TEAMS invite for their company’s 30-minute breakout session. All industry sessions will be transcribed in TEAMS for meeting minutes. If your company deems any information sensitive or proprietary, this information must be identified during the session and will be omitted from the TEAMS transcription for the meeting minutes. ====================== 26SEP2025 posting Response to Industry Questions - attached hereto.
Financial Management - Financial Improvement Audit Remediation (FIAR)
This is the SAM.gov site for the upcoming Financial Management - Financial Improvement & Audit Remediation (FIAR) requirements. FIAR services will be procured for Air Force Financial Management & Comptroller (SAF/FMF), Air Force Material Command Financial Management (AFMC/FM) and Defense Security Cooperation Agency (DSCA) under this acquisition. There is not an Approved acquisition strategy for this requirement. The government will be posting Requirements documents, Requests for Information and Bidders library information on this site, in preparation of a competitive process and contract award. This will represent the Market Research process of this acquisition, which will result in a finalized acquisition strategy. When we have a tentative schedule that will also be posted here. ========================================================== 03SEP2025 SOURCES SOUGHT - this is a request for companies interested in this procurement to respond to Government questions in Attached document titled "Financial Management FIAR Sources Sought 3SEP25". Please provide responses to Government questions NLT 1700 hours 10SEP2025. Request companies utilize this excel file template. Extensive capability packages are not desired. Email responses to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. The Government is also posting the Performance Work Statement (PWS). Request companies provide any comments, questions on the requirements package via the same excel file format titled "Financial Management FIAR Sources Sought 3SEP25". Request you submit feedback, questions on requirements package NLT 1700 hours 10SEP2025 via email to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. ========================================== 25Sep2025 - We welcome and appreciate your interest in competing for this opportunity. This contract will provide audit remediation support for financial statements reporting and analysis for the following customers: SAF/FM (United States Air Force (USAF) and United States Space Force (USSF) for the Department of the Air Force General Fund (GF); Air Force Materiel Command (AFMC) for the Working Capital Fund (WCF); and the Defense Security Cooperation Agency (DSCA) for the DAF Title 22 Security Assistance Accounts (SAA). A virtual industry day will be held on 1 October 2025. The industry day will start with a General Session from 0900-1030 EST including: SAF/FMF welcome & explanation of the importance of this effort Overview of the intent of the performance of work statement Question and Answer session At the conclusion of the General Session, we will commence with breakout sessions for all requesting companies. These sessions will last no more than 30 minutes. 30-minute break out sessions for vendors To Register General Session: All companies interested in attending the Industry Day should complete the attached FIAR Industry Day Registration form. List all participants on the form that will need a link to the Industry Day. The form should be returned to michael.mason.23@us.af.mil by COB 29 September 2025. A link will be sent to the email addresses listed on the registration form. Breakout Session: If your company desires a 30-minute breakout session on 1 October 2025 indicate “Yes” in column H on the FIAR Industry Day Registration form. All registrants indicating “Yes” for the “Will attend a 30-minute breakout session” in column H will be sent a TEAMS invite for their company’s 30-minute breakout session. All industry sessions will be transcribed in TEAMS for meeting minutes. If your company deems any information sensitive or proprietary, this information must be identified during the session and will be omitted from the TEAMS transcription for the meeting minutes.
Financial Management - Financial Improvement Audit Remediation (FIAR)
This is the SAM.gov site for the upcoming Financial Management - Financial Improvement & Audit Remediation (FIAR) requirements. FIAR services will be procured for Air Force Financial Management & Comptroller (SAF/FMF), Air Force Material Command Financial Management (AFMC/FM) and Defense Security Cooperation Agency (DSCA) under this acquisition. There is not an Approved acquisition strategy for this requirement. The government will be posting Requirements documents, Requests for Information and Bidders library information on this site, in preparation of a competitive process and contract award. This will represent the Market Research process of this acquisition, which will result in a finalized acquisition strategy. When we have a tentative schedule that will also be posted here. ========================================================== 03SEP2025 SOURCES SOUGHT - this is a request for companies interested in this procurement to respond to Government questions in Attached document titled "Financial Management FIAR Sources Sought 3SEP25". Please provide responses to Government questions NLT 1700 hours 10SEP2025. Request companies utilize this excel file template. Extensive capability packages are not desired. Email responses to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil. The Government is also posting the Performance Work Statement (PWS). Request companies provide any comments, questions on the requirements package via the same excel file format titled "Financial Management FIAR Sources Sought 3SEP25". Request you submit feedback, questions on requirements package NLT 1700 hours 10SEP2025 via email to Christine Dolan AFDW/PKS Contracting Officer @ christine.dolan@us.af.mil.
Financial Management - Financial Improvement Audit Remediation (FIAR)
This is the SAM.gov site for the upcoming Financial Management - Financial Improvement & Audit Remediation (FIAR) requirements. FIAR services will be procured for Air Force Financial Management & Comptroller (SAF/FMF), Air Force Material Command Financial Management (AFMC/FM) and Defense Security Cooperation Agency (DSCA) under this acquisition. There is not an Approved acquisition strategy for this requirement. The government will be posting Requirements documents, Requests for Information and Bidders library information on this site, in preparation of a competitive process and contract award. This will represent the Market Research process of this acquisition, which will result in a finalized acquisition strategy. When we have a tentative schedule that will also be posted here.
FD2020-22-50016
NSNS: 1377-01-318-5643ES 1377-01-318-5644ES 1377-01-318-5645ES 1377-01-318-5646ES P/N: DAA3294P404-201 NOUN: CHARGE,SHAPED
Defense Logistics Information Research (DLIR)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.
Defense Logistics Information Research (DLIR)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.
Defense Logistics Information Research (DLIR)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.
Defense Logistics Information Research (DLIR) and Supply Chain Management (SCM)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, "Broad agency announcement," as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. In support of Technical Data Management Transformation (TDMT) and supply chain resilience, the Department of Defense (DoD) has published the DoD Digital Engineering Strategy (June 2018) https://fas.org/man/eprint/digeng-2018.pdf; the DoD Digital Modernization Strategy (July 2019) https://media.defense.gov/2019/Jul/12/2002156622/-1/-1/1/DOD-DIGITAL-MODERNIZATION-STRATEGY-2019.PDF; and the Supply Chain Materiel Management Policy (March 2019) https://www.esd.whs.mil/Portals/54/Documents/DD/issuances/dodi/414001p.pdf. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/strategicplan/) supports these DOD policies through five lines of effort that provide global, end-to-end supply chain solutions. The DLA Research and Development (R&D) Program Office is looking for white paper proposals that support these policies and are consistent with the scope of this BAA. Offerors are encouraged to propose innovative solutions. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. This BAA will remain open for five (5) years from the date of original posting (original posting date was 9/2/2021). The Government anticipates awarding multiple contracts to include Indefinite Delivery, Indefinite Quantity (IDIQ) contracts and definitive one-time contracts as a result of this BAA.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Broad Agency Announcement (BAA) for Battery Network (BATTNET)
This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The resultant BAA shall have a ceiling of $20 Million, no funds will be issued against the BAA, all funding will be established against individual contracts. Please see attached BAA for further information.
Noun_MOTOR ASSY, ELECTRICAL_Application_E-3_NSN_6105-01-034-7689_Part_Number_102650EZ
See attached document.
FD2020-21-52200
NSN: 1377-01-279-7179 NOUN: CARTRIDGE,IMPULSE P/N: L320C2003
Base Cameras, Columbus AFB, MS
Unless otherwise specified, the contractor shall furnish all personnel, transportation, equipment, tools, materials, and other resources required to: Provide, install, configure, and integrate a new Video Management System (VMS) Install servers or provide cloud base storage capable of storing at least 30 days of video recordings Install three (3) workstations or provide capability for administrators to log into the system virtually Replace fourteen (14) cameras and install an additional eleven (11) cameras at designated locations, as outlined in Attachment 1 Supply and install all necessary equipment and perform required configurations to integrate up to 40 existing Axis cameras into the operating system. The specific Axis camera models to be integrated are: Camera Model Name Minimum Firmware Supported - Axis 211 D2110-VE 11.10.61 Axis M3027-PVE M3027 5.55.1 Axis P-1448-LE P1448-LE 11.10.61 Axis P3346 P3346 11.10.61 Axis M3007-PVE M3007-PV 5.70.1 & 6.50.5.2 Axis P3301 P3301 5.40.9.2 Axis Q6000-E Mk II Q6000-E Mk II 6.50.5.7 Axis Q60 PTZ NFI NFI Axis Q1765-LE Q1765-LE 11.10.61 All equipment shall be connected to the Air Force Network and must comply with UFC requirements. The contractor shall become familiar with the security and network architecture of Columbus AFB to ensure an optimized and efficient system implementation. Contractor shall also provide software licensing for 1 base year and 4 option years. This requirement will be offered under NAICS Code: 561621, vendors that do not have this NAICS code referenced on SAM.gov will not be considered. This requirement will be awarded based on price and technical acceptability, where technical acceptability is defined as the vendor takes no exceptions to the Statement of Work.
FD2020-21-00779
4810-01-099-6392WF VALVE,SOLENOID
Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
Air Force – AFLCMC Special Operations and ISR Directorate – Commercial Solutions Opening Notice ID: FA8629-24-C-S001 The Air Force Life Cycle Management Center (AFLCMC), Special Operations and Intelligence, Surveillance, and Reconnaissance Directorate (WI), Special Operations and Personnel Recovery Division (WIS) and Capabilities Development Office (CDO) at Wright-Patterson, Air Force Base, OH will utilize this Commercial Solutions Opening (CSO) for specific future requirements. All specific requirements and submissions will be posted as Problem Statement Calls with specific response requirements. This CSO may lead to FAR Part 12 or Other Transaction awards. The posting of the CSO does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. No funding is currently available for the CSO. Please see attachments for guidance on the CSO. The CSO has been opened for an initial period of 12 months, ending on 03 Sep 2026. The CSO will be reviewed annually for renewal.
Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
Air Force – AFLCMC Special Operations and ISR Directorate – Commercial Solutions Opening Notice ID: FA8629-24-C-S001 The Air Force Life Cycle Management Center (AFLCMC), Special Operations and Intelligence, Surveillance, and Reconnaissance Directorate (WI), Special Operations and Personnel Recovery Division (WIS) and Capabilities Development Office (CDO) at Wright-Patterson, Air Force Base, OH will utilize this Commercial Solutions Opening (CSO) for specific future requirements. All specific requirements and submissions will be posted as Problem Statement Calls with specific response requirements. This CSO may lead to FAR Part 12 or Other Transaction awards. The posting of the CSO does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. No funding is currently available for the CSO. Please see attachments for guidance on the CSO. The AFLCMC WIS & CDO CSO has been opened for an initial period of 12 months, ending on 03 Sep 2026. The CSO will be reviewed annually for renewal.
Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
Air Force – AFLCMC Special Operations and ISR Directorate – Commercial Solutions Opening Notice ID: FA8629-24-C-S001 The Air Force Life Cycle Management Center (AFLCMC), Special Operations and Intelligence, Surveillance, and Reconnaissance Directorate (WI), Special Operations and Personnel Recovery Division (WIS) and Capabilities Development Office (CDO) at Wright-Patterson, Air Force Base, OH will utilize this Commercial Solutions Opening (CSO) for specific future requirements. All specific requirements and submissions will be posted as Problem Statement Calls with specific response requirements. This CSO may lead to FAR Part 12 or Other Transaction awards. The posting of the CSO does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. No funding is currently available for the CSO. Please see attachments for guidance on the CSO. The CSO has been opened for an initial period of 12 months, ending on 03 Sep 2026. The CSO will be reviewed annually for renewal.
AN_APG66_Transmitter_NSN5960014448163_PN588R901H02_ElectronTube
NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice/Sources Sought: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to manufacture, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that he has a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 588R901H02. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Manufacture/Process Verification: The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 588R901H02. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 588R901H02. This article shall be subjected to a form, fit, and 29-Sep-22 Section C 1/3 MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter function evaluation to demonstrate compatibility with the weapon system and to evaluate the manufacturing capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified: $3000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved source for this item. Approval, however, does not guarantee subsequent contract award. 29-Sep-22 Section C 2/3 MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the manufacturing process. g. QWC7: NA
Base Cameras, Columbus AFB, MS
NOTE: Solicitaton has been amended to add revised Statement of Work, Q and A, and extend the due date. Unless otherwise specified, the contractor shall furnish all personnel, transportation, equipment, tools, materials, and other resources required to: Provide, install, configure, and integrate a new Video Management System (VMS) Install servers or provide cloud base storage capable of storing at least 30 days of video recordings Install three (3) workstations or provide capability for administrators to log into the system virtually Replace fourteen (14) cameras and install an additional eleven (11) cameras at designated locations, as outlined in Attachment 1 Supply and install all necessary equipment and perform required configurations to integrate up to 40 existing Axis cameras into the operating system. The specific Axis camera models to be integrated are: Camera Model Name Minimum Firmware Supported - Axis 211 D2110-VE 11.10.61 Axis M3027-PVE M3027 5.55.1 Axis P-1448-LE P1448-LE 11.10.61 Axis P3346 P3346 11.10.61 Axis M3007-PVE M3007-PV 5.70.1 & 6.50.5.2 Axis P3301 P3301 5.40.9.2 Axis Q6000-E Mk II Q6000-E Mk II 6.50.5.7 Axis Q60 PTZ NFI NFI Axis Q1765-LE Q1765-LE 11.10.61 All equipment shall be connected to the Air Force Network and must comply with UFC requirements. The contractor shall become familiar with the security and network architecture of Columbus AFB to ensure an optimized and efficient system implementation. Contractor shall also provide software licensing for 1 base year and 4 option years. This requirement will be offered under NAICS Code: 561621, vendors that do not have this NAICS code referenced on SAM.gov will not be considered. This requirement will be awarded based on price and technical acceptability, where technical acceptability is defined as the vendor takes no exceptions to the Statement of Work.
FD2030-25-02498
NSN: 1680-01-077-3420RK NOUN: ACTUATOR, ELECTRO-ME TOP DRAWING: 16K0745-5 EDL REVISION & DATE: 15 / 04 SEP 2025 MDC CODE: ELG IM NAME: JACKSON, TODD L.
FY25/26 Naval Aviation North Stars Enterprise-Wide Broad Agency Announcement (BAA)
The Government is interested in receiving white papers for research and development, which may include but is not limited to, rapid prototyping, demonstration, and experimentation projects that offer potential for advancements and improvements in Integrated Warfighting Capability across the Naval Aviation Mission Areas supporting Naval Operations and as applicable to Naval Air Systems Command (NAVAIR) and subordinate Commands. See the Attached N00019-25-S-0001 Broad Agency Announcement for further details. Ready to Get Started? Take a look at these FAQs attached. More information, including the BAA document, submission guidelines, and event details can be found on the official NAVAIR website https://www.navair.navy.mil/North-Stars Update as of 04 September 2025: Interested parties are hereby notified that a new Naval Aviation North Stars Enterprise-Wide Broad Agency Announcement (BAA) is posted here to SAM.gov as a follow-on to the previous BAA, N00019-24-S-0001, with additional flexibility, increased areas of interest, and lessons learned. NAVAIR is requesting your observations and insights to ensure an improved experience for all stakeholders. Please take a moment to complete the industry feedback form at NAVAIR’s official NANS BAA website: https://www.navair.navy.mil/North-Stars and help shape a better procurement mechanism.
FIRE TRUCK MAINTENANCE
THIS IS A Sources Sought Notice ONLY. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) business development programs, HUBZone, service-disabled veteran-owned, (SDVOSB) womanowned small business (WOSB), small, disadvantaged business (SDB), economically disadvantaged women owned small business (EDWOSB) are highly encouraged to identify capabilities in meeting the requirements. Please review the attached notice and the attached Performance Work Statement and submit your response in accordance with the date on the notice no later than September 5, 2025 @12pm EST.
Manufacture of Trailing Edge for the B-1 Aircraft.
Solicitation amendment to extend the closing date of the RFP, 100% set aside for small business for the manufacture of the trailing edge for the B-1 aircraft.
SSAT BQM-34S STING, NRE
The Naval Air Systems Command (NAVAIR), Aerial Targets Program Office (PMA-208) Patuxent River, Maryland, intends to enter negotiations and subsequently award a sole-source, Delivery Order under IDIQ N00019-25-G-0003 with Northrup Grumman Systems Corporation (NGSC), San Diego, CA. The anticipated delivery order is to provide Non-Recurring Engineering and preliminary production support for the BQM-34S Aerial Subsonic Target. The contract will be a combination of Cost Plus and Firm Fixed Price (FFP) and will include but not be limited to finalizing and release 2D drawing to 3D models, addressing parts obsolescence in subassemblies, assisting with engine and fuel design updates, updating software, qualifying and testing the design, and preparing the manufacturing factory floor tooling and test sets. Contract award is anticipated for the second quarter of calendar year 2027 and will have a duration of 36 months after contract award. The BQM-34 is a recoverable, remote controlled, subsonic aerial target, capable of speeds of up Mach 0.86 and altitudes from 10 to 60,000 feet. The BQM-34 system emulates Anti-Ship Cruise Missile (ASCM) and Surface-to-Air Missile (SAM) in support of weapons system test and evaluation. This requirement will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. NGSC is the sole designer, developer and manufacturer of the BQM-34S Subsonic Aerial Target system. NGSC is the only known contractor with the requisite knowledge, maintenance and repair experience, and noncommercial technical data and software rights to meet the Government’s requirements for the BQM-34S Subsonic Aerial Target system. IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted. Companies interested in subcontracting opportunities should contact NGSC directly via ATTN: AISR&T/RQ-4 or Kelsey Silver at P.O. Box 509066, San Diego, CA 92150-9066. All responsible sources may submit a capability statement, which will be considered by the agency. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice can be sent via email directly to Tamiko Blackson, tamiko.c.blackson.civ@us.navy.mil.
AIR COMBAT COMMAND HEADQUARTERS (ACC HQ) ACQUISITION MANAGEMENT INTEGRATION CENTER (AMIC) COMMERCIAL SOLUTIONS OPENING (CSO)
UPDATE 2 September 2025 - extend open period by one year UPDATE 22 May 2025 - Removed Topics 014 and 015 UPDATE 13 March 2025 - Added Topic 016 This Commercial Solutions Openings (CSOs), issued in accordance with DFARS 212.70, is a competitive solicitation seeking proposals for innovative, commercial technologies and services that accelerate attainment of capabilities detailed in Attachment 7 (of the included attachement) to meet ACC’s mission. ACC HQ intends to obtain innovative solutions or potential new capabilities that fulfill requirements, close capability gaps, or provide potential technology advancements. Solutions may include existing technologies or procedures, not currently in use by the United States Air Force (USAF), that would enhance or streamline USAF mission capabilities. "Innovative", as defined in DFARS 212.70, means any technology, process, application, or method, including research and development, which is new as of the date of proposal submission. This CSO seeks the best commercial approaches to meet various technology objectives of ACC. All items, technologies, and services acquired using this CSO will be treated as commercial items. The Government encourages white-paper proposals that span a wide spectrum of possible technical and business solutions in response to the specific technology topics listed in attachemnt 7 (of the included attachement). The Government reserves the right to award to any combination of proposals which offer the best overall value to the Government, and to oversee all processes and approaches once initiated. Awards of efforts as a result of this announcement will be in the form of FAR Part 12 contracts or other transactions (OT) as codified in 10 U.S.C. § 4022. Funding is not currently available for the topics provided in Attachment 7 (of the included attachement). Industry responses will be carefully reviewed and prioritized, with funding sought by ACC HQ to pursue innovative and optimal solutions. The price and affordability of proposed technologies will contribute to ACC’s interest in pursuing proposed solutions. Any awards resulting from this CSO will be made based on the evaluation results outlined in the attached document. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds. Questions regarding the administrative or technical content of this CSO and any white paper submissions (reference Para 4.2.1) must be forwarded via email to ACCAMIC.MFT.CSO@us.af.mil, with a copy to aimee.black@us.af.mil.
FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
NOTICE OF INTENT TO AWARD SOLE SOURCE Solicitation Number: 15M10224QA4700317 The Government hereby submits a notice of intent to award a sole source firm fixed price contract for internet service for Northern District of Alabama. The period of performance for this effort will be a base period with four (4) 12-month option periods. The total estimated value is $14,251.30. This sole source contracting action is pursuing a waiver from placing an order on a competitive basis pursuant to FAR 6.302-2 for the aforementioned requirement. This hereby constitutes a synopsis of the options included in this requirement. The determination not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for quotes or proposals. Questions or comments to this Notice of Intent should be directed to Contracting Officer, Renee Leaman, at Renee.Leaman@usdoj.gov via e-mail only (no phone calls/voice mail messages regarding questions will not be accepted and will not receive a response). Please indicate in the subject of your email: Notice of Intent Question Submission - 15M10224QA4700317 Thank you.
Guatemala - Vehicle Rental Service
The U.S. Embassy in Guatemala requires the rental services of three (3) vehicles for twelve (12) months to be used in and around Guatemala City.
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors