Federal Contract Opportunities
Showing 901-950 of 2,360 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
20--FAIRING STRIP
CONTACT INFORMATION|4|N741.3|GDS|717.605.1309|alison.n.bruker.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C AND E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|45| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|1750|300 DAYS|0001AB|1750|300 DAYS|||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336611|1,250(# OF EMPLOYEES)|||||||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED PRICE| 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. ^^ This is a rated order certified for national defense use, and the Contract will follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). "All freight is FOB Origin. The resultant award of this BUY solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. Unit Price:__________ FIRM Total Price:__________ FIRM Procurement Turnaround Time (PTAT) :__________ Awardee CAGE: __________ Inspection & Acceptance CAGE, if not at source:__________ THIS REQUIREMENT REQUIRES HIGHER LEVEL INSPECTION CODE:MIL-I-45208 \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the FAIRING STRIP , part of the ;Special Hull Treatment Program. This specification covers one class of Fairing Strip, identified as Type AD-79M; . 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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. 2.3 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;5808346 & 5808344; DRAWING DATA=5808331 |53711| G| |D| | | | DRAWING DATA=5808331 |53711|G1|1N |D| | | | DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-177 | | |A |880531|A| | | DOCUMENT REF DATA=FED-STD-313 | | |D |000321|A| |01| DOCUMENT REF DATA=MIL-STD-407 | | | |910321|A| | | DOCUMENT REF DATA=MIL-STD-2073 |0001| |D |020510|A| |01| DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=S6360-AD-HBK-010 | | | |940930|E| | | DOCUMENT REF DATA=ASTM-D1974 | | | |940301|A| | | DOCUMENT REF DATA=ASTM-D2240 | | | |920622|A| | | DOCUMENT REF DATA=ASTM-D297 | | | |930915|A| | | DOCUMENT REF DATA=ASTM-D3767 | | | |920417|A| | | DOCUMENT REF DATA=ASTM-D3951 | | | |901221|A| | | DOCUMENT REF DATA=ASTM-D412 | | | |921115|A| | | DOCUMENT REF DATA=ASTM-D4615 | | | |941003|A| | | DOCUMENT REF DATA=ASTM-D471 | | | |980911|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | | |940301|A| | | DOCUMENT REF DATA=ASTM-D573 | | | |880527|A| | | DOCUMENT REF DATA=ASTM-D635 | | | |910715|A| | | DOCUMENT REF DATA=MIL-HDBK-774 | | |A |040830|A| | | DOCUMENT REF DATA=ISO9001 | | |94 |940701|A| | | DOCUMENT REF DATA=ISO9002 | | |94 |940701|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=MIL-P-116 |MIL-STD-2073/1 DOCUMENT CHANGE DATA=MIL-STD-147 |MIL-HDBK-774 DOCUMENT CHANGE DATA=PPP-B-636 |ASTMD5118 ASTMD1974 3. REQUIREMENTS 3.1 ;This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s), require acquisition of the part from the approver source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended applications. Contractors are cautioned that award of this contract/purchase order will not be delayed solely for hte purpose of approving additional sources Contractors desiring to qualify under the Engineering Source Approval Qualification (ESAQ) progrqm are urged to contact the Government design control activity to arrange for test adn, if approved, added to the (ESAQ) list of approved sources for subsequent procurements.; 3.2 Design, Manufacture, and Performance - Except as modified herein, the FAIRING STRIP furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;5808331; cage ;53711; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.5 ;Molds - The contractor is responsible for designing molds to produce the Fairing Strips as specified in paragraph 3.3, 6.3 and table II of 53711 Drawing 5808331. The Government reserves the right to examine mold drawings and molds to accept or reject plan tolerances.; 3.6 ;Material Safety Data Sheets (MSDS) - Material Safety Data Sheets shall be in accordance with paragraph 3.3.6 of 53711 Drawing 5808331 and the requirements of MIL-STD-313.; 3.7 ;Responsibility for Inspection - The contractor is responsible for the performance and certification of all inspection requirements as specified in paragraph 4.1 of 53711 Drawing 5808331 and this specification. Unless specified elsewhere in this specification.; NOTE - After receipt of contract and prior to production, (production will not be authorized until First Article Test has been approved) material which the supplier proposes to furnish shall be tested for conformity to the requirements of paragraph 4.2 and table I and II of 53711 Drawing 5808331. 3.8 ;Adhesion of Fairing Strips - "SHT" Epoxy Paint Hull Perservation DTNSRDC 2844- 1109 (NAVSEA drawing 53711,5808333) and Epoxy Adhesive DTNSRDC 2844-1102 (NAVSEA drawing 53711,5808332) will be the only paint and adhesive to be used for "SHT" material "Adhesion of Fairing Strips" testing.; 3.9 Marking - This item shall be physically identified in accordance with ;MIL-STD-129 and paragraph 5.2.3 of 53711 Drawing 5808331; . 3.10 ;Special Marking - Special Marking shall be in accordance with paragraph 5.2.3.1 and 6.5 of 53711 Drawing 5808331.; In addition, all outside containers are to be marked with black letters a minium of one (1) inch high in non-fading, water resistant ink, with the designation "SHT". 3.11 ;Production Lot Test/Quality Conformance Inspection Approval (Government Testing) - Productin Lot Test (PLT)/Quality Conformance Inspection (QCI) and approval is required.; Production Lot Test Quality/Conformance Inspection - If the Fairing Strips from a supplier have passed the First Article Inspection, the supplier may commence production. The production of Fairing Strips is subject to the requirements for Batch Acceptance and Lot Acceptance as required by paragraph 4.3 of 53711 Drawing 5808331. Material submitted for Production Lot Test/Quality Conformance Inspection shall be certified to have the same composition, construction and manufacturing process as the material supplied for First Article Test. 3.12 ;Sampling and Rating for Lot Acceptance - Sampling and Rating for Lot Acceptance shall be in accordance with the requirements of paragraph 4.3.2.3 and Table IV of 53711 Drawing 5808331. NOTE: LOT Acceptance Test shall be in accordancewith the requirements of paragraph 4.3.2.2. of 53711 Drawing 5808331. A LOT shall be as specified in paragraph 4.3.2.1 of 53711 Drawing 5808331.; 3.13 ;Cleaning Procedure - See section 6 (NOTES) of this specification for Cleaning Procedure.; 3.14 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.15 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.16 Security Clearance Required - This contract/purchase order requires the Contractor to have a Government Security Clearance in accordance with the attached Contract Security Classification Specification (DD Form 254). 4. QUALITY ASSURANCE ANY REFERENCE TO FIRST ARTICLE TEST INFORMATION (GOVERNMENT - DESTRUCTIVE) IS HEREBY WAIVED FOR THIS ITEM ANY REFERENCE TO FIRST ARTICLE TEST INFORMATION (GOVERNMENT - NON-DESTRUCTIVE) IS HEREBY WAIVED FOR THIS ITEM 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 ;Material Safety Data Sheet (MSDS) - The Contractor Shall prepare and submit Material Safety Data Sheets in accordance with the Contract Data Requirements List (DD Form 1423).; 4.5.1 Units that undergo destructive testing are rendered unusable and shall not be considered in the quantity listed for the "SHIP TO" on the schedule page of this contract/purchase order. The number of units that will be destroyed under the destructive testing shall be inaddition to the quantity required on the schedule page. 4.6 ;Certification/Data Report (Samples for First Article Test) - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.7 ;Contractor Test/Inspection - The Contractor shall inspect the Fairing Stripsin accordance with the requirements of paragraph 3.3.1, 3.3.2, 3.3.3, 3.3.4 and 3.3.5 of 53711 drawing 5808331. The Contractor shall comply with the requirements of paragraph 4.2.1.3 (Rubber Compound Test) and 4.3.1 (Batch Acceptance) of 53711 Drawing 5808331.; 4.8 ;Certification Data Report (Material for Production Lot Test/Quality Conformance Inspection) - The Contractor prepare and submit a report in accordance with the Contract Data Requirements (DD Form 1423).; 4.9 ;Changes to Drawing 5808331 - Drawing 5808331 shall be revised as stated below: (a) Sheet 9, paragraph 4.3.2.3 Sampling and Rating For Lot Acceptance. Random samples from each lot of Fairing Strips shall be selected and rated in accordance with MIL-STD-105 normal inspection level II single sampling plan (N-II-S). An acceptable quality level (AQL) of 1.5 for the major defects and 6.5 for the minor defects shall be used. The non-destructive and destructive sample size shall be determined by Table IV. Fairing Strips selected for destructive testing comming from those that have passed the non-destructive inspection. Defects are defined in paragraph 4.4. Table IV summerizes the information from MIL-STD-105 for inspection level N-II-S. Guidance for altering the Table IV schedule for either tightened or reduced inspection levels is detailed in MIL-STD-105. (b) Sheet 13, Notes: Table IV provides composit information from MIL-STD-105 when a normal inspection level of N-II-s is used to determine the (ACC-REJ) criteria for both the non-destructive and destructive inspection while using an acceptable quality level (AQL) of 1.5 for the major defects and 6.5 for the minor defects. The non-destructive and destructive sample sizes shall be determined by Table IV. Fairing Strips selected for destructive testing comming from those that have passed the non-destructive inspection. Guidance for altering the Table IV schedule for either tightened or reduced inspection levels is detailed in MIL-STD-105.; 4.10 ;Production Lot Test/Quality Conformance Inspection (Government) - The Contractor shall deliver test samples to the Government test facility for Production Lot Test/Quality Conformance Inspection in accordance with the requirements specified in paragraph 4.3 of 53711 drawing 5808331. The test/ inspections shall consist of the requirements of paragraph 4.3.2.2 of 53711 Drawing 5808331. NOTE - The Contractor shall comply with the requirements of paragraph 4.3.1 (Batch Acceptance) of 53711 Drawing 5808331.; Production Lot Test/Quality Conformance Inspection test samples shall be shipped to: COMMANDER NAVAL SURFACE WARFARE CENTER, CARDEROCK DIVISION 5001 SOUTH BROAD STREET ATTN CODE 617L, LISA WEISER 215-897-1612 PHILADEPHIA PA 19112 4.11 ;Responsibility for Inspection - The Contractor shall prepar and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 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 ;Note: All Special Hull Treatment operations previously requiring 1,1,1-Trichloroethane shall use BUTYL ACETATE as a direct replacement. BUTYL ACETATE shall conform to the requirements of ASTM D 4615. ; SHT Tile Cleaning Procedure for the Tile and Fairing Strip Manufacturing Process MATERIAL REQUIREMENTS a.Butyl Acetate (ASTM D 4615) b.Clean, White Cotton Rags WARNING Consult the MSDS for Butyl Acetate prior to initiating the cleaning process to determine the proper PPE and environmental controls required by your site. Additionally, be sure that use of this solvent does not violate, state, or federal environmental regulations. NOTE This procedure shall be used before and after the etching process. Before etching, only the molded side shall be cleaned. After etching, both sides of the tile shall be cleaned with this procedure. PROCEDURE: 1. Place tile on a clean surface. 2. Scrub surface of the tile with a rag moistened with Butyl Acetate. NOTE Butyl Acetate shall be poured onto the rag to prevent contamination of the cleaning solvent-DO NOT DIP RAG INTO SOLVENT. Change rags frequently. 3. Repeat the cleaning of the tile surface 2 to 3 times as necessary to eliminate contamination on the tile. NOTE The white cotten rag will be blackened somewhat by the cleaning process. Continue the scrubbing the tile surface until the rag does not get any lighter with successive washes. 4. Allow the solvent to flash off (evapporate) for at least one half hour prior to stacking or packaging the tile. NOTE Do not recontaminate the tile after the cleaning by placing it in contact with unclean surfaces. 6.2 ;Initial (First Time) testing (First Article Test and Production Lot Test/ Quality Conformance Inspection) for each lot or sub lot shall be at the expense of the Government. Second time testing or retesting will be at the expense of the Contractor. ; 6.3 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 - The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation of abbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423. Block A: Is the actual contract line item no. Block B: Is the actual collective physical list of the deliverable item(s) which are part of the total requirement of the contract/purchase order. Block C: Is the category of data required, TDP is defined in MIL-T-31000. TM is defined in Part 1X, Section B of DODI 5000.2. NAVICP has reasoned that most DD Form 1423's included in our solicitations meet the requirement of TDP as NAVICP does not regularly purchase only Technical Manuals without purchasing hardware and related TDP software. Therefore, most NAVICP DD Form 1423 category code will be TDP. Block D: Is the name of the parent system, next higher assembly, or the item being purchased. Block E: Is the purchase request number, request for proposal number, invitation for bid number or another number for tracking and monitoring purposes. Block F: Is the successful offerors name and or cage code. Block G: Is the name of the individual and or the code/activity of the individual who prepared the DD Form 1423 and included the requirement in the Technical Data Package (TDP). Block H: Self explanatory. Block I: Is the name and signature of the individual who approved the content and the need for inclusion of the DD Form 1423 in the TDP. Block J: Self explanatory. Block 1: Is the Exhibit Line Item Number (ELIN). Block 2: Is the title of the data item cited in Block 4. Block 3: Is the subtitle of the data item cited in Block 4 and is used if the title requires clarification. Block 4: Is the actual Data Item Description (DID) number or the actual Technical Manual Contract Requirements Number. In the event the DD Form 1423 is requiring a technical manual the numbered TMCR will be an attachment to the contract/purchase order. Block 5: Is the section and paragraph area, where the requirement statement for the DD Form 1423 will be found. Block 6: Is the activity that will inform the contractor of approval, conditional approval or disapproval of the deliverable item. Block 7: Is a code which designates authority for inspection and acceptance of the deliverable item. The definition of the codes is as follows: DD Form 250 Code Inspection Acceptance SS (1) (2) DD (3) (4) SD (1) (4) DS (3) (5) LT (6) (7) NO (8) (8) XX (9) (9) (1) Inspection at source. (2) Acceptance at source. (3) No inspection performed at source. Final inspection performance at destination. (4) Acceptance at destination. (5) Acceptance at source. Acceptance based on written approval from the Contract Officer. (6) Letter of transmittal only. LT should not be used when inspection is required. The data is sent by the contractor directly to the personnel listed in Block 14 of the DD Form 1423. LT is used when the contracting agency does not desire to have a DD Form 250 for each and every piece of data developed by the contractor. The only other authorized use of LT is the special case where the contracting agency does not desire to have separate DD Forms 250 but desires to have a Government quality assurance representative perform inspection. The Government quality assurance representative shall be listed on the distribution in Block 14 and requested to provide comments via the quality assurance letter of inspection. Use of the symbol LT is not authorized for data comprising final delivery of Technical Data Package of for Technical Manuals. (LT may, however, be used for delivery of preliminary TDP's or TM's). (7) As specified in Block 8 of the DD Form 1423. (8) No inspection or acceptance required. No DD Form 250 or letter of transmittal required. Use of the symbol NO is not authorized for data comprising Technical Data Packages or for Technical Manuals. (9) Inspection and acceptance requirements specified elsewhere in the contract. Block 8: Is the approval code - Items of critical data requiring specific advanced written approval prior to distribution of the final data item will be identified by placing an "A" in this field. This data item requires submission of a preliminary draft prior to publication of a final document. When a preliminary draft is required, Block 16 of the DD Form 1423 will show length of time required for Government approval/disapproval and subsequent turn-around time for the contractor to resubmit the data after Government approval/disapproval has been issued. Block 16 will also indicate the extent of the approval requirements, e.g., approval of technical content and/or format. Block 9: Is the distribution statement code which explains how the Government can circulate the deliverable item. The definition of codes A, B, C, D, E, F or X is as follows: A. Distribution of the item is unrestricted. B. Distribution of the item is limited to agencies only. C. Distribution of the item is limited to contractors with a cage code and have a DD Form 2345 on file with the Defense Logistics Service Center (DLSC) Battle Creek, Mich. or Government activities. D. Distribution of the item is limited to DOD activities and DOD contractors only. E. Distribution of the item is limited to DOD components only. F. Distribution of the item is restricted from Foreign Nations and Forign Nationals. Block 10: Is the frequency which the deliverable item is expected to be delivered to the Government. The abbreviations and their meaning. ANNLY Annually ASGEN As generated ASREQ As required BI-MO Every two months BI-WE Every two weeks DAILY Daily DFDEL Deferred Delivery MTHLY Monthly ONE/R One time with revisions QRTLY Quarterly SEMIA Every six months WEKLY Weekly XTIME Number of times to be submitted (1time, 2times...9times) Use of these codes requires further explanation in Block 16 to provide the contractor with guidance necessary to accurately price the deliverable data item. Other abbreviations not appearing on the above list may on occasion be used in Block 10 of the DD Form 1423. When other abbreviations are used they will be fully explained in Block 16 of the DD Form 1423. Block 11: Is the last calendar date, expressed in year/month/day format, the deliverable item is to be received by the requiring office cited in Block 6 of the DD Form 1423 for an item with a Block 10 entry indication a single delivery. If the item is to be submitted multiple times, the number stated is the number of calendar days after the frequency cited in Block 10 the item is to be received by the requiring office cited in Block 6 of the DD Form 1423. On occasion the deliverable item will be required to be submitted prior to the end of the frequency cited in Block 6. In that event the requirement will be fully explained in Block 16 of the DD Form 1423. Block 12: Is the date of first submission of the deliverable item to the requiring office (Block 4) expressed in year/month/day format. The abbreviations and their meaning are as follows: ASGEN As generated ASREQ As required DAC Days after contract date DFDEL Deferred Delivery EOC End of contract EOM End of month EOQ End of quarter Specific instructions for these requirements will be provided in Block 16. If the deliverable item is constrained by a specific event or milestone the constraint will be fully explained in Block 16 of the DD Form 1423. "As generated", "As required", and "Deferred Delivery" will always be fully explained in Block 16. Block 13: Is the date of subsequent submission of the deliverable item, after the initial submission. Subsequent submission is only used to indicate the specific time period. The data is required when Block 10 of the DD Form 1423 indicates multiple delivery is required. This does not apply to resubmission of a deliverable item that has been reviewed by the requiring office and determined to be only conditionally acceptable or unacceptable. Block 14a: Will contain the activity name(s) where the deliverable item is to be sent. If the activity is other than DCMC or NSPCC the full name, address (including code) will be specified. That specific information will be located in Block 16 of the DD Form 1423. Block 14b: Is the number of copies of draft and or final copies to be submitted. When final "Repro" copies ar to be submitted Block 16 will clarify the type of Repro copies required. (e.g., vellum, negative, etc.) Block 15: Is the total of each type of copies to be submitted as required by Block 14. Block 16: Is the block used to provide additional or clarifying information Blocks 1 through 15. This block is also the only area used to tailor the document listed in Block 4. Only deletions to the minimum requirements stated in the document in Block 4 are allowed. Block 16 may also be used to specify the medium for delivery of the data. Block 17: Is th...
20--FAIRING STRIP
NSN 1H-2090-012244910-ST, TDP VER 023, QTY 3500 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights, manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained inFAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
Commercial Solutions Opening (CSO) PEO-SDA
SAM.GOV Special Notice Commercial Solutions Opening (CSO) H9241525X0001 US Special Operations Command (USSOCOM) PEO SOF Digital Applications (SDA) SECTION 1 – INTRODUCTION 1.1 USSOCOM Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L) seeks to accelerate the application of commercially derived software innovation into deployable warfighting capabilities in support of Special Operations Forces (SOF). Early identification of warfighter needs and continuous engagement with users during software development and fielding will support increased lethality and efficiency. 1.2 In order to support rapid fielding of tailored software capabilities, SOF AT&L seeks to award FAR and non-FAR contracts and agreements to non-traditional and traditional defense contractors to carry out prototype projects for Program Executive Office SOF Digital Applications (PEO SDA) that are directly relevant to enhancing the effectiveness of software intensive programs, platforms, components, algorithms, and processes. As such, under the authority of 10 USC § 3458 and DoD Class Deviation 2022-O0007, USSOCOM SOF AT&L releases this Commercial Solutions Opening. This CSO may result in an Other Transaction Authority (OTA) or a FAR-based contract. 1.3 This Commercial Solutions Opening (CSO) will make awards to proposals for innovative, commercial technologies through multi-phased, competitive processes throughout 2024 and 2025. Awards may include prototypes as well as concept demonstrations, pilots, and agile software development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. Interested vendors should note that all of PEO SDA’s Programs of Record are being managed in accordance with DoDI 5000.87, the software acquisition pathway, for the timely acquisition of custom software capabilities developed for the DoD. Programs will require government and contractor software teams to use modern iterative software development methodologies (e.g., agile or lean), modern tools and techniques (e.g., development, security, and operations (DevSecOps)), and human-centered design processes to iteratively deliver software to meet the users’ priority needs. 1.3.1 Phase I: Solutions will be sought on a full-and-open basis under certain Technology Areas of Interest (AOI) relevant to SDA requirements. Initial submissions against 2024 and 2025 AOIs will be requested as Solution Briefs (SB). A team of Government personnel who are subject matter experts for the given AOI will evaluate each submission independently against standard criteria for advancement to Phase II. The Government may elect to proceed directly to Phase III after a successful Phase I evaluation. 1.3.2 Phase II: If a Phase II evaluation is necessary, the Government will host Phase II invitees so that each company has a standard amount of time to pitch / demonstrate its proposed solution to the Government evaluation panel and hold any discussions necessary for evaluation. Discussions may continue outside of the pitch / demonstration session. Participation in Phase II will be entirely at the company’s expense. Favorably evaluated pitches will receive a Request for Prototype Proposal (RPP) that marks the beginning of Phase III. Note, Phase II is optional for the CSO process, and may not always be conducted, or may not be required for every successful Phase I submission. 1.3.3 Phase III: The Government will only advance companies to Phase III if it intends to award a contract or agreement for the proposed solution. Companies will collaboratively build Statements of Work with the Government team and negotiate Contract/Agreement Terms and Conditions for award. 1.4 Technology Areas of Interest (AOI): Specific AOIs will be posted and advertised intermittently when the Government has particular interest in a further defined problem set for software-intensive capabilities. Technology AOIs will only be posted for a specified amount of time wherein submissions will be accepted. Additionally, specific AOIs will usually have funding set-aside and available to immediately make awards for favorably evaluated proposals determined to be in the best interest of the Government. Examples of future AOIs are as follows but not limited to: The development of Software Lifecycle Management tools, Software Process Improvement/Education, Automation Tooling for Data Ingestion/Tagging, and innovating novel approaches to Machine Learning (ML) Ops processing. 1.5 This notice fulfills synopsis requirements. Synopsis under FAR subpart 5.2 of the individual contract actions for AOIs under this CSO is not required. All Technology AOIs will be publicized at https://www.sofwerx.org. Announcements of individual contract actions for AOIs under this CSO made at the SOFWERX website are considered to satisfy reasonable efforts to obtain competition in accordance with 10 U.S.C. § 4021 and 4022 (b)(2). SECTION 2 – GUIDELINES FOR SOLUTION BRIEFS, PITCHES, AND PROPOSALS 2.1 The purpose of the Solution Brief is to identify innovative solutions and preclude effort on the part of the Company whose proposed work may not be of interest to the Government. Companies are encouraged to follow the instructions detailed below. The Government aims to provide an evaluation response NLT the specified evaluation completion date after the submission against specific AOIs. 2.2 Submissions will not be returned. The original of each submission received will be retained by USSOCOM and all other non-required copies destroyed. 2.3 Guidelines for Solution Brief Submissions: 2.3.1 It is generally desired that active Research and Development (R&D) and technology application is underway for potential solutions submitted under this CSO. Active R&D includes analytical studies and laboratory studies to physically validate the analytical predictions of separate elements of the technology, as well as software engineering and development. Technology application in this case refers to a variety of methods to validate dissimilar capabilities that may be modified to meet a need. 2.3.2 Costs of preparing and submitting solution briefs are at the Company’s expense. 2.3.3 Unnecessarily elaborate brochures or proposals are not desired. 2.3.4 An overview diagram(s) or figure(s) to depict the proposed solution is strongly encouraged. 2.3.5 Multiple solution briefs addressing different technology AOIs may be submitted by the same organization; however, each solution brief may only address one solution based on the specific AOI. 2.3.6 The period of performance for any solution brief or proposal submitted under this CSO should generally be no greater than 24 months. 2.3.7 Technical data with military application may require appropriate approval, authorization, or license for lawful exportation. 2.3.8 All solution briefs shall be unclassified. Solution briefs containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: “This solution brief includes data that shall not be disclosed outside the Government, except to contractor support services personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of - or in connection with - the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets] and each restricted data sheet should be marked as follows: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.” 2.3.9 Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign Owned business to obtain necessary export clearances and approvals to obtain AOI information. 2.3.10 Questions regarding the objectives or preparation of the solution brief should be addressed to the POC provided in individual AOI instructions. 2.3.11 When a call for CSO Technology AOIs is publicized via SOFWERX, solutions must be submitted electronically per instructions in the announcement. 2.4 Solution Brief Preparation and Evaluation will generally follow the below guidelines. Any required deviations to the below guidelines will be provided in the specific AOI. Submitter’s solution brief should not exceed five (5) pages using twelve (12)-point font. Alternatively, solution briefs may take the form of slides, which should not exceed ten (10) slides. These limits are not requirements, but strong recommendations. 2.4.1 Solution Brief Content: • Title Page (does not count against page limit) - Company Name, Title, Date, Technical and Business Points of Contact, E-Mail Address, Phone, and Address. • Executive Summary (one page) - Provide an executive summary of the technology. • Overview Diagram or figure. • Technology Solution: Describe the unique aspects of your technology and the proposed work as it relates to the specific AOI. Identify whether the effort includes the pilot or demonstration of existing commercial technology (identified as commercially ready and viable technology), or the development of technology for potential commercial or defense application. If development or adaptation is proposed, identify a suggested path to mature the technology to meet the stated need. • Company Viability: Provide a brief overview of the company including summary of current fundraising to date or a summary of the top line (gross sales/revenues). Provide a summary of product commercialization and go-to-market strategy. 2.4.2 Solution Brief Basis of Evaluation: Individual solution briefs will be evaluated without regard to other submissions received under this announcement against the following criteria: • Technical Merit – feasibility and relevancy of the proposed solution to address the challenges in the AOI. • Innovation – degree to which the government finds the Company’s approach to be compelling and/or the underlying technology to be unique, underutilized and/or unconventional application of interest to Special Operations. • Additional technical criteria specific to be a particular project may be used. In these instances, the criteria will be posted with the AOI announcement on the SOFWERX website. The Government may also use external market research in the evaluation. 2.4.3 After evaluation of a solution brief, the Government may elect to invite a Company to pitch and/or demonstrate their technology in person or request additional information from the Company. 2.5 Pitch and/or Demonstration Content: The pitch and/or demonstration should provide more details on the technical merit and business viability of the proposed solution submitted in the Solution Brief. Regardless of format, the pitch and/or demonstration must also address: • Technical merit, feasibility and relevancy of the proposal to address government needs in the AOI • Unique aspects of the solution that are under-utilized or innovative for SOF application • Operational impact stating intended SOF end users and how the solution may be assessed within the most operationally relevant environment possible • Rough Order of Magnitude (ROM) price and notional schedule including key technical goals and milestones for measuring success. • Impact of Data Rights and Intellectual Property Assertions. • Company viability The Government may request additional information outside of the pitch/demonstration. 2.6 Pitch and/or Demonstration Basis of Evaluation: Individual pitch and/or demonstration will be evaluated without regard to other presentations under this announcement on the following factors: • Technical Merit • Relevancy to the specific AOI • Business Viability • Innovation • Cost • Schedule • Data Rights/Intellectual Property 2.7 Solutions will be evaluated on their merit in addressing the AOI and the factors above. Submissions will be valid for 180 calendar days after the Phase II pitch. The Government aims to complete evaluations within 30 calendar days and notify the company that: 1) solution has been selected for possible award and invited to begin collaboration on a Performance Work Statement; 2) the solution is not of interest at this time; or 3) the solution is of interest, but not eligible to move forward due to availability of government resources. In that case, the company may be notified within 180 days if additional become available. All companies will receive Phase II notification, however, only favorably evaluated pitches / demonstrations will enter Phase III and receive a Request for Prototype Proposal (RPP) or Request for Proposal (RFP). 2.8 Proposal Preparation: RPPs or RFPs will include preparation instructions for Prototype Proposals. For proposed OTs, during this Phase companies will collaboratively develop a PWS with the Government teams for their specific projects and negotiate Terms and Conditions into their Agreements. SECTION 3 - AWARD 3.1 Only warranted Contracting Officers and Agreement Officers may obligate the Government and issues awards for Contracts or Other Transaction Agreements. 3.2 Awards made under this CSO will be either FAR-based Firm Fixed-Price contracts or OT Agreements under 10 U.S.C § 4022 for Prototypes Projects with potential follow-on non- competitive Production Agreements. Multiple awards may be made to pursue dissimilar solutions should they all meet the technical criteria and funds are available. 3.3 OT Agreements and FAR based contracts entered into using the authority at 10 U.S.C. § 3458 will be fixed-priced, including fixed-price incentive fee contract type. 3.4 In the event an OT Agreement is awarded under 10 U.S.C § 4022 for a Prototype Project, a follow-on production contract or agreement may be awarded to the Prototype Project recipient in a non-competitive manner upon completion of the prototype project. Completion of a prototype contract occurs when all successful completion criteria contain in the OT Agreement are met, as determined by the Agreements Officer. 3.5 To receive an award, companies must be a registered entity in the System for Award Management (SAM). This system verifies identity and ensures that payment is sent to the right party. The link can be found here: https://sam.gov/SAM/ 3.6 In general, to invoice and receive payment, Companies must register in Wide Area Workflow (WAWF). The Contracting Officer/Agreement Officer will provide WAWF assistance during Phase III. SECTION 4 – PROTOTYPE-to-PRODUCTION 4.1 Iterative Prototyping. Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. The government and the company will work together to allow the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes and mission sets generated by the original SOF end user or other organizations with the Federal government. 4.2 Successful Completion. The prototype project is successfully complete when the Government determines that the company met all successful completion criteria contained in the prototype OT Agreement. 4.3 Option for Follow on Production. Upon successful completion of the prototype project, the government and the company may negotiate a follow-on production contract or agreement without further competition. Technical AOIs under this CSO and prototype OTA awards will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 USC § 4022(f). SECTION 5 - NON-GOVERNMENT ADVISORS Non-Government advisors may be used in the evaluation of solution briefs and proposals and will have signed Non-Disclosure Agreements (NDAs) with the Government. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted and as required by law. SECTION 6 - CONTACT INFORMATION Be advised, only a Contracting Officer/Agreement Officer has the authority to enter into a binding agreement on behalf of the Government and has exclusive authority to change the terms of a contract or agreement. Inquiries may be sent to the Contracting / Agreement Officer for this CSO announcement. SECTION 7 - DEFINITIONS Innovative: “Innovative” is defined as: (1) Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or (2) Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. Non-traditional Defense contractor (NDC): An entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section (see 10 U.S.C. 2302(9)). Other Transaction Agreement (OTA): Legally binding instruments not subject to the requirements of the Federal Acquisition Regulation (FAR) obligating the Government for a purpose IAW 10 USC § 4022. Procurement Contract. A contract awarded pursuant to the Federal Acquisition Regulation. Prototype Project: prototype project addresses a proof of concept, model, reverse engineering to address obsolescence, pilot, novel application of commercial technologies for defense purposes, agile development activity, creation, design, development, demonstration of technical or operational utility, or combinations of the foregoing. A process, including a business process, may be the subject of a prototype project. Although assistance terms are generally not appropriate in OT agreements, ancillary work efforts that are necessary for completion of the prototype project, such as test site training or limited logistics support, may be included in prototype projects. A prototype may be physical, virtual, or conceptual in nature. A prototype project may be fully funded by DoD, jointly funded by multiple federal agencies, cost-shared, funded in whole or part by third parties, or involve a mutual commitment of resources other than an exchange of funds.
Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
PROJECT DESCRIPTION: The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Design-Bid-Build construction of maintenance requirements at the Fort Eustis Dredge Material Management Area, located at JBLE – Eustis with provisions to include: Regrading/raising the disposal site berms to an elevation of 36 ft. The berms are currently at elevation 34 ft and have settled in a few places to below 34 ft. The work will also include the relocation of two existing spill boxes 50 – 60 feet into the disposal site. The existing access dirt and stone access ramp will need to be regraded, as well, to meet the new top-of-berm elevation. Magnitude of Construction cost is between $5,000,000 - $10,000,000 THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package demonstrating ability to perform the requested services identified in this survey. Submittal should be no more than 3 pages in length, single-spaced, 12 point font minimum. RESPONSE REQUIREMENTS: 1. Offeror's name, addresses, points of contact, telephone numbers, CAGE code, UEI, and e-mail addresses. 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service-Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business. Narratives shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 5. Description of Experience – Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project e. The portion and percentage of work that was self-performed DISCLAIMER: Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. RESPONSE: All responses to this announcement may be sent electronically to Damian C. Patterson at damian.c.patterson@usace.army.mil and copy to Michael.Hagerty@usace.army.mil All mailed (hard copy) responses will not be considered.
Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
PROJECT DESCRIPTION: The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Design-Bid-Build construction of maintenance requirements at the Fort Eustis Dredge Material Management Area, located at JBLE – Eustis with provisions to include: Regrading/raising the disposal site berms to an elevation of 36 ft. The berms are currently at elevation 34 ft and have settled in a few places to below 34 ft. The work will also include the relocation of two existing spill boxes 50 – 60 feet into the disposal site. The existing access dirt and stone access ramp will need to be regraded, as well, to meet the new top-of-berm elevation. Magnitude of Construction cost is between $5,000,000 - $10,000,000 THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package demonstrating ability to perform the requested services identified in this survey. Submittal should be no more than 3 pages in length, single-spaced, 12 point font minimum. RESPONSE REQUIREMENTS: 1. Offeror's name, addresses, points of contact, telephone numbers, CAGE code, UEI, and e-mail addresses. 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service-Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business. Narratives shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 5. Description of Experience – Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project e. The portion and percentage of work that was self-performed DISCLAIMER: Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. RESPONSE: All responses to this announcement may be sent electronically to Damian C. Patterson at damian.c.patterson@usace.army.mil and copy to Michael.Hagerty@usace.army.mil All mailed (hard copy) responses will not be considered.
V250 AND TMS KIT
The Prototype Integration Facility (PIF), Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center, Redstone Arsenal, Alabama, has a requirement to procure a Torque Measurement System to interoperate with a Variable-Geometry, Radial Outflow Compressor (VAROC) Air Dynamometer 250 and T408 aircraft engine in support of Flexible Engine Diagnostics Systems (FEDS). Description of Required Supplies/Services: Description V250 / T408 Torque Measurement System Kit The contractor shall provide the following with the TMS Kits: TMS Module / Shaft to engine components: spline adapter and splined hub, if necessary. TMS Plumbing TMS Calibration Kit with weights Electronics: Signal processor, Rotastat Control and 90 ft. cable V250 Application Study for the T408 Aircraft Engine The contractor shall evaluate the V250 Dynamometer with respect to testing objectives and configuration needs for testing the GE T408 Turboshaft Engine. The contractor shall define the specific interphase requirements with consideration to test plans, including inertia requirements, speeds, and power. The following are deliverables as a result of this application study: Special Rotor consideration for inertia requirements Identifying the torque measurement equipment, including but not limited to torque meter, interconnect shafts, and electronics. Upon determining appropriate torque meter system, CN will update or generate new drawings and documents and enable life solutions.
FD2020-22-00344
4320011573939QX MOTOR-PUMP, HYDRAULIC 1 IMAGE
Sandia RD Janitorial
This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation 127EAV26Q0006 is issued as a request for quote (RFQ). This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. Location of project: Cibola National Forest located in New Mexico has a requirement for Janitorial Services. The applicable NAICS is 561720 Janitorial Services, for which the small business size standard in millions of dollars is $22.0 (PSC: S201). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Regulation Circular 2025-05 dated 07 August 2025. The result of this requirement will be a Firm Fixed Priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide pricing in accordance with the Schedule of Items. Please include all applicable taxes in your quote. Contractor must be registered/active in SAM.gov on RFQ due date/time.
SPE4A725R0823-1680-016930490- Miscellaneous Aircraft Accessories and Components
NSN: 1680-016930490, PR: 7009235866, ITEM: MOTOR,SPECIAL, A; PART NUMBER: HD9801. THIS IS A DLA DIRECT PROCUREMENT FOR A QUANTITY OF 18 EACH AND CONTRACT TYPE SOUGHT IS FIRM FIXED PRICE. SOLICITATION WILL BE ISSUED AS OTHER THAN FULL AND OPEN COMPETITION NOT PREVIOUSLY ADDRESSED. DELIVERY OF THE PRODUCUTION UNITS WILL BE WITHIN 255 DAYS AFTER RECEIPT OF ORDER. FOB IS AT origin, INSPECTION AT Destination, AND ACCEPTANCE AT Destination. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT "REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)" FROM THE MENU UNDER THE TAB "SOLICITATIONS." THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT HTTP://WWW.ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR AROUND 12/02/2025.
DESIGN BUILD CONSTRUCTION SERVICES FOR PRE-FABRICATED CONTAINERS AT GUAYAQUIL PORT, ECUADOR
Please see attached Pre-Solicitation Notice and follow instructions provided in order to receive the solicitation once it is completed.
FD2020-22-00174-00
1560-01-032-1163FJ Access Cover 1560-01-043-9314FJ Access Door
FCC Allenwood Bread, Dairy, Eggs QTR 2 FY26 Combined Synopsis Solicitation
FCC Allenwood Bread, Dairy, Eggs QTR 2 FY26 Combined Synopsis Solicitation
FCC Allenwood Subsistence Form 10 QTR 2 FY26 Combined Synopsis Solicitation
FCC Allenwood Subsistence Form 10 QTR 2 FY26 Combined Synopsis Solicitation
Calcasieu River and Pass, Bar Channel Hopper Dredge Rental Contract No. 2-2025, Cameron Parish, Louisiana. Specification Nos. OM25126
W912P825B0020 - Calcasieu River and Pass, Bar Channel Hopper Dredge Rental Contract No. 2-2025, Cameron Parish, Louisiana. Specification Nos. OM25126 This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $5,000,000 and $10,000,000. The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge for the removal and satisfactory disposal of shoal material in the Calcasieu River Bar Channel. Work may be required in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 04 December 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor H. Brandon at (504) 862-1009 (Taylor.H.Brandon@usace.army.mil).
Calcasieu River and Pass, Bar Channel Hopper Dredge Rental Contract No. 4-2025, Cameron Parish, Louisiana. Specification Nos. OM25128
Calcasieu River and Pass, Bar Channel Hopper Dredge Rental Contract No. 4-2025, Cameron Parish, Louisiana. Specification Nos. OM25128
Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 3-2025, Cameron Parish, Louisiana. Specification Nos. OM25127
W912P825B0021 - Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 3-2025, Cameron Parish, Louisiana. Specification Nos. OM25127 This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $5,000,000 and $10,000,000. The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge for the removal and satisfactory disposal of shoal material in the Calcasieu River Bar Channel. Work may be required in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 04 December 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Angela C. Day at (504) 862-1156 (Angela.C.Day@usace.army.mil).
Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 1-2025, Cameron Parish, Louisiana. Specification Nos. OM25125
W912P825B0019 - Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 1-2025, Cameron Parish, Louisiana. Specification Nos. OM25125 This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $5,000,000 and $10,000,000. The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge for the removal and satisfactory disposal of shoal material in the Calcasieu River Bar Channel. Work may be required in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 04 December 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Evan Woitha at (504) 862-1214 (Evan.G.Woitha@usace.army.mil).
Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2025, Cameron Parish, Louisiana. Specification No. OM25129
W912P825B0023 - Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2025, Cameron Parish, Louisiana. Specification No. OM25129 This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $5,000,000 and $10,000,000. The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge for the removal and satisfactory disposal of shoal material in the Calcasieu River Bar Channel. Work may be required in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 04 December 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Francesca E. deBoer at (504) 862-1604 (Francesca.E.deBoer@usace.army.mil).
Steam Kettles
The Federal Bureau of Prisons (FBOP) at FCC Petersburg, located at 1100 River Road, Hopewell, VA, 25860, intends to award a contract to a responsible entity that will provide all necessary equipment, materials, and incidentals to replace 4 kettles. FCC Petersburg has developed construction documents to complete this project via in-house labor with start up provided by the vendor when necessary for the establishment of warranty and /or training. The equipment vendor will provide four (4) 80-gallon hardwired gas steam kettles. New kettles should be Crown GL-80E or similar products with the following specifications. • Prison package • Gas fired • Self-contained • Fully insulated steam jacketed • Spring assisted cover • 304 stainless steel exterior, #4 sanitary finish • Adjustable legs • One piece interior liner made of 316 stainless steel with #4 sanitary finish • 2" tangent draw off valve with strainer • Recessed control panel • Electronic ignition • Direct immersion thermostat • Water sight glass • Cooking light • Pressure gauge • Low water indicator light • Low water cut off • Pressure relief valve • Pressure switch • 2" sanitary draw-off valve with heat resistant handle • Include faucet bracket • Able to reach/maintain temperature range of 165 degrees F to 265 degrees F • Natural gas • 120V Electrical Feed
Bravo Dive Boat 65DS1101
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) intends to award a stand-alone Firm-Fixed-Price contract to accomplish the maintenance, repair, and preservation in support of one (1) 65 FT BRAVO DIVE BOAT 65DS1101. Work will be accomplished at the Contractor's facility. Geographical Area of consideration: To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region. For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA. 65DS1101 Length: 69 FT 10 IN Width: 22 FT 0 IN Draft: 3 FT 6 IN Full Displacement: 55 L TONS Age: 13 YEARS Light Load: 8,000 lbs Hull Type: Aluminum Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to deliver the vessel to the Contractor’s facility from Puget Sound Naval Shipyard (PSNS) Bremerton, WA. Remove all fendering and sweep blast clean. Accomplish survey of hull to identify and repair corrosion, preserve the exterior above and below the waterline, including the crane. Apply nonskid to horizontal surfaces on the exterior and interior of the boat. Replace motor mounts. Remove, inspect and install shafting, rudders and propellers. HVAC repair. Maintain and repair watertight hatches and doors. Repair, modify and preserve push knee. Replace and modify corroded deck and bulkhead structure in the main cabin. Install remote fuel shut offs. Identify and repair corrosion beneath the transformers in the aft lazzarette, install a weather shield above the starboard transformer in the aft lazzarette. Replace hydraulic, and fuel hoses. Identify and repair corroded structure beneath the shower room drain. Remove windows, repair window heaters, and reinstall windows. Replace fire suppression system piping and recertify system. Repair damage to the port bow. Accomplish modification and repair of swim platform stairs. Restore preservation system on the console in the pilot house. Replace existing generators with supplied Kohler generators, Modify, repair and install fendering system. Modify and repair the monkey heater system. Remove, inspect, preserve and install rudders. Replace thru hull valves and flexible hoses. Replace false bulkheads in the shower room and head. Open, clean and inspect all tanks. Perform sea trials after completion of repairs and full cure time of preservation. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The Period of Performance is expected to be 25 March 2026 to 29 May 2026. This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov. NOTE 1: Please pay particular attention to the inclusion of DFARS 252.232-7998 Obligations in Advance of Fiscal Year 2026 Funding (DEVIATION 2026-O0001). NOTE 2: Please review Request for Quote instructions regarding contract financing.
DIGITAL TELEHEALTH EQUIPMENET
THIS IS AN REQUEST FOR INFORMATION ONLY(RFI) FOR DIGITAL TELEHEALTH EQUIPMENT. PLEAE SEE ATTACHEMENT FOR THIS AND PROVIDE YOUR FEEDBACK TO IT. PLEASE PROVIDE YOUR FEEDBACK BACK TO VLADIMIR JOCKOVIC AND/OR MICHELLE TAYLOR. THIS RFI WILL BE CLOSE ON 12/04/2026 AT 5PM EST. PLEASE HAVE YOUR MOCK PROPOSALS OR FEEBACK TO US BY THIS DATE AND TIME.
Elevator Maintenance & Repair Services MDC Brooklyn, New York
Elevator maintenance and repair for MDC Brooklyn to include staff housing.
Radiological Evaluation Assistance (REA)
THE U. S. NUCLEAR REGULATORY COMMISSION (NRC) is issuing this Sources Sought Synopsis as a means of conducting market research or as a market survey to determine the availability and potential technical capability of the business community to provide independent technical assistance in performing document reviews, radiological surveys (i.e., scoping, characterization, remedial action support, in-process, and final status), and special projects related to non-power/power nuclear reactor, fuel facility, uranium recovery, and materials facilities undergoing decommissioning without any conflict of interest. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541360 - geophysical surveying and mapping services. The primary locations for services sought regarding the radiological surveys are at nuclear decommissioning sites (see https://www.nrc.gov/waste/decommissioning) for more details.
FD2020-22-00336-00
1630-016561815 Wheel Heat Shield
FD2020-22-00357
2835011156111RP SHAFT, TURBINE 3 IMAGES
FD2020-22-00176-00
1560-01-059-6480FJ, RIB,STIFFENER,AIRCR 1560-01-063-1116FJ, RIB,STIFFENER,AIRCR 1560-01-227-2073FJ, RIB,AIRFOIL 1560-01-228-3678FJ, FLAP TRACK ASSEMBLY 1560-01-522-2407FJ, FLAP TRACK ASSEMBLY
FD2020-22-00176-00
1560-01-059-6480FJ, RIB,STIFFENER,AIRCR 1560-01-063-1116FJ, RIB,STIFFENER,AIRCR 1560-01-227-2073FJ, RIB,AIRFOIL 1560-01-228-3678FJ, FLAP TRACK ASSEMBLY 1560-01-522-2407FJ, FLAP TRACK ASSEMBLY
FD2020-22-00317
5998013268758WF CIRCUIT CARD ASSY 3 IMAGES
FD2020-22-00077
1450016311182AH ADAPT RING ASSY 33 IMAGES
FD2020-22-00329
1190016763685NB CABLE ASSY 232 IMAGES
TEST
This is a controlled access requirement and attachments will be made available only to entities with a DITCO Basic Agreement. Access requests must include the requestor’s UEI or CAGE code for verification purposes; any requests submitted without this identifying information will be rejected. If access request has not been approved/rejected within one business day, please send email to disa.scott.ditco.mbx.ps8211@mail.mil. **Note: This solicitation is also available to download via IDEAS** Log into IDEAS: https://ideas.govcloud.disa.mil/suite/ Navigate to the “Solicitations” tab located at the top left Select the “Solicitation Package” icon to download the requirement This is a combined synopsis/solicitation for commercial products or commercial services 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. This solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular and DFARS publications current at the time of posting. The provisions and clauses that apply to this acquisition are identified in the DITCO Basic Agreement and the attached RFQ. The associated North American Industrial Classification System (NAICS) code for this procurement is 517121. This is a small business set aside. The small business size standard is 1500 employees. All quoted prices shall be identified as monthly recurring charges and/or non-recurring charges. CLINs shall include item descriptions, quantities, and units of measure as indicated in the IQO Deskbook. The requested quote due date, service date, description of requirement, place of performance and POC information are outlined in the attached solicitation. The product and service code for this telecommunications requirement is DG11. The following commercial products and commercial services terms and conditions are applicable to this requirement. These terms and conditions are incorporated herein by reference and included in the existing basic agreements: FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services; FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Alternate I); FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services. The lowest price technically acceptable (LPTA) source selection process will be used to evaluate quote(s). Details of the specific evaluation criteria and the date/time offers are due can be found in the attachment.
Spares Procurement
This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential sources for the requirement identified in the attachment provided on this notice.
FD2020-22-00205
6110012766779WF PANEL, POWER DIST 226 IMAGES
FD2020-21-00642-00
1650-01-1581-285LE CYLINDER ASSEMBLY,A
Level III Small Unmanned Aircraft Systems
RFI questions are due by November 21, 2025. RFI responses are due by December 12, 2025. SMALL UNMANNED AIRCRAFT SYSTEMS (sUAS) LEVEL III sUAS REQUEST FOR INFORMATON DESCRIPTION: U.S. Customs and Border Protection (CBP) is conducting market research through a Request for Information (RFI) on the current availability and technological capabilities of vendors to provide Level III Small Unmanned Aircraft Systems (SUAS) to enhance USBP’s SUAS Program. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR INFORMATION RECEIVED. This RFI is issued solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. This research does not commit the Government to contract for any supply or service. CBP will not pay for any costs associated with responding to this research. Not responding to this RFI does not preclude participation in any full future full and open competition RFP. If a solicitation is released, it will be posted to the SAM.gov (https://sam.gov) website. All submissions become the property of the Government and will not be returned. The information obtained from industries responses to this RFI may be used in the development of an acquisition strategy and future RFP.
FTG247 Replace UPS at IDT1, Fort Greely, Alaska
Presolicitation Notice TITLE: FTG247 Replace UPS at IDT1, Fort Greely, Alaska Identify set aside type PSC Code: Y1BF – Construction of Missile System Facilities NAICS Code: 237130 – Power and Communication Line and Related Structures Construction Solicitation Number: W911KB25R0032 Description: This is a pre-solicitation notice for a total small business set aside Request for Proposal (RFP) to replace the existing 80KVA Uninterruptable Power Systems (UPSs) with distributed redundant 75 Kilovolt-Ampere (KVA) UPSs. New UPS panelboards will be added to allow for redundant receptacles for all the mission equipment within the High-Altitude Electromagnetic Pulse (HEMP)-shielded equipment room. Emergency Power Off (EPO) will be upgraded to the latest MDA GMD standards. Power Control and Monitoring System (PCMS) and Power Quality Monitoring System (PQMS) will also be extended into IDT1 from the Fort Greely Power Plant (FPP).The estimated dollar magnitude of this project is anticipated between $1,000,000 and $5,000,000. The performance period will be approximately 540 calendar days. The procurement will be conducted using source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award. Anticipated NTP: 13 June 2025 with a 540 calendar-day period of performance; the Davis Bacon Act will apply. (1) PROJECT INFORMATION: Replacethe existing 80KVA Uninterruptable Power Systems (UPSs) with distributed redundant 75 Kilovolt-Ampere (KVA) UPS at Fort Greely, Alaska. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: Factor 1 – Past Performance (Confidence Assessment) Factor 2 – Technical Approach Factor 3 – Summary Milestone Schedule Factor 4 – Price and Pro Forma Information (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 31 March 2025 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation number (W911KB25R0032). Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror’s responsibility to check for any posted changes to this solicitation. NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. IN ORDER TO SUBMIT A PROPOSAL, VENDORS MUST REGISTER IN THE PIEE SYSTEM AND MUST HAVE A PROPOSAL MANAGER ROLE ESTABLISHED. ADDITIONAL INFORMATION REGARDING PROPOSAL MANAGER, PROPOSAL MANAGER FUNCTIONS AND POSTING OFFERS CAN BE FOUD AT https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml
NON-TACTICAL VEHICLE RENTALS
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: quotes are being requested, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20251001. This procurement is not a small business set-aside; therefore, any responsible source may submit a quote. This is an OCONUS requirement: FAR19.000(b) does not apply to this requirement. The NAICS code for this requirement is 532111 – Passenger Car Rental. W023 Lease or Rental Equipment – Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles. This procurement is being conducted in accordance with regulations at FAR Part 12 – Acquisition of Commercial Items, FAR Part 13 – Simplified Acquisition Procedures and FAR Part 37 Service Contracting. This is a Request for Quotation (RFQ) seeks to obtain pricing and availability that will be used for information to establish multiple Blanket Purchase Agreements (BPAs). There is no guaranteed minimum nor is the government obligated for the estimated amount. Obligations shall occur at the BPA order level and in the amounts identified at the BPA call level. BPA calls shall be awarded and administered by duly appointed contracting officers assigned to II Marine Expeditionary Force (MEF) Expeditionary Contracting Platoon (ECP). The contractor shall provide Non-Tactical Vehicle (NTV) rental services in accordance with Attachment I – Performance Work Statement. Contractors, upon issuance of a BPA call, will provide the requested NTVs at the delivery locations for the duration of the period identified within each call. II MEF ECP requests offerors to submit a price list for review for a possible Blanket Purchase Agreement (BPA) for the items listed in this solicitation. Keep in mind that a BPA is not a binding contract, it is a pricing agreement, and prices must be agreed upon prior to any orders being placed against a BPA. Additionally, since it is an agreement and not a contract, either party may choose to cancel an agreement prior to an order being confirmed in writing. In addition to the items listed in Attachment II, please find enclosed the general terms and conditions of the BPA. If you are interested in establishing a BPA with II MEF ECP, please fill out Attachment II for pricing. Your prices should be as low or lower than those charged to your most favored customers, including any discounts for prompt payment and delivery. The Government reserves the right to make partial orders from one RFQ, and to award to multiple vendors to achieve the best value determination in placing individual orders.
FD2020-22-00244
NSN: 1630011158736LE NOUN: WHEEL,LANDING GEAR P/N: 5002371-4
FD2020-22-00369
NSN: 1620001690577 NOUN: BRACKET,SWITCH,DRAG P/N: 4G53465-101A
FD2020-22-00213
5998015708389AH CIRCUIT CARD 7 IMAGES
FD2020-22-00369
NSN: 1620001690577 NOUN: BRACKET,SWITCH,DRAG P/N: 4G53465-101A
FD2020-22-00369
NSN: 1620001690577 NOUN: BRACKET,SWITCH,DRAG P/N: 4G53465-101A
NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
The Boosting Innovative GEOINT-Science and Technology (BIG-ST) Broad Agency Announcement (BAA) invites proposers to submit innovative concepts to address hard GEOINT problems that align to one or more of the following technical domains: (1) Foundational GEOINT, (2) Advanced Phenomenologies, and (3) Analytic Technologies. BAA Process and Topic Call Publication: The BIG-ST BAA is a general announcement of NGA’s research interest, including criteria for selecting proposals and soliciting the participation of all offerors capable of satisfying the Government’s needs. The requests for abstracts and/or proposals are transmitted via Topic Calls that are published separately under the BIG-ST BAA General Solicitation at various times during the open period of the General Solicitation. Topic Calls will be published via updates to the BIG-ST BAA General Solicitation site on Sam.gov, Grants.gov (Opportunity ID:351404), and/or the Acquisition Research Center (https://acq.westfields.net). Interested parties should periodically check these websites for updates. No submissions shall be accepted to the General Solicitation; abstracts and proposals will only be reviewed in response to Topic Calls. Please refer to the Topic Calls for Abstract and Proposal due dates. The BIG-ST BAA General Solicitation, HM047623BAA0001 Revision 3 (dated 04/25/2025), is posted and applies to Topic 5 and forward. See Attachments/Links. Closed Topics: Topic 1 - Geospatial-Intelligence Foundational Model (GFM) is closed Topic 2 - Magnifying University Science Expertise (MUSE) is closed. Topic 3 - VLBI+G Signal Chain Development (VLBI+G) is closed. Canceled Topics: Topic 4 - Production of Radio Frequency (RF) Surveys from Commercial On-orbit Passive RF (RF-COP) is canceled. Active Topics: Topic 5 - Better Ingested GEOINT - Identifying Artificial Intelligence and Manually Manipulated Media (BIGISLAND) is open. Updated Description (as of 05/09/2025): Interested parties must have an account to log into the Classified IC-ARC to see the notice, and all associated RFP documents. For additional support with account access, please contact the Classified ACE Help Desk at 855-4ACE. To access the notice and all associated RFP documents, follow the below instructions after logging in to Classified IC-ARC: Go to "NGA" --> Go to "Efforts" --> Under Acronyms search "BIG-ST" --> Go to section titled "Topic 5 BIGISLAND." The Topic 5 Q&A has been posted on the Classified IC-ARC, and the following documents have been updated/added in the "Topic 5 BIGISLAND" section, "T5 Documents" tab, "20250509-Topic5-BIGISLAND" folder: Updated: (S_NF) Topic 05_Attachment A_Performance Metrics_REV1_09May2025.docx Updated: BIGST_BAA_Topic 05_BIGISLAND_REV2_09May2025.docx New: (S_NF) QA_Topic5_20250509.xlsx
NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
The Boosting Innovative GEOINT-Science and Technology (BIG-ST) Broad Agency Announcement (BAA) invites proposers to submit innovative concepts to address hard GEOINT problems that align to one or more of the following technical domains: (1) Foundational GEOINT, (2) Advanced Phenomenologies, and (3) Analytic Technologies. BAA Process and Topic Call Publication: The BIG-ST BAA is a general announcement of NGA’s research interest, including criteria for selecting proposals and soliciting the participation of all offerors capable of satisfying the Government’s needs. The requests for abstracts and/or proposals are transmitted via Topic Calls that are published separately under the BIG-ST BAA General Solicitation at various times during the open period of the General Solicitation. Topic Calls will be published via updates to the BIG-ST BAA General Solicitation site on Sam.gov, Grants.gov (Opportunity ID:351404), and/or the Acquisition Research Center (https://acq.westfields.net). Interested parties should periodically check these websites for updates. No submissions shall be accepted to the General Solicitation; abstracts and proposals will only be reviewed in response to Topic Calls. Please refer to the Topic Calls for Abstract and Proposal due dates. The BIG-ST BAA General Solicitation, HM047623BAA0001 Revision 3 (dated 04/25/2025), is posted and applies to Topic 5 and forward. See Attachments/Links. Closed Topics: Topic 1 - Geospatial-Intelligence Foundational Model (GFM) is closed Topic 2 - Magnifying University Science Expertise (MUSE) is closed. Topic 3 - VLBI+G Signal Chain Development (VLBI+G) is closed. Canceled Topics: Topic 4 - Production of Radio Frequency (RF) Surveys from Commercial On-orbit Passive RF (RF-COP) is canceled. Active Topics: Topic 5 - Better Ingested GEOINT - Identifying Artificial Intelligence and Manually Manipulated Media (BIGISLAND) is open. Updated Description (as of 4/11/2025): Interested parties must have an account to log into the Classified IC-ARC to see the notice, and all associated RFP documents. Instructions for obtaining an Acquisition Research Center (ARC) account can be found in the BIG-ST BAA HM047623BAA0001 General Solicitation under section 4.5.8.3. Updated Description (as of 4/25/2025): The following documents have been updated/added in Attachment/Links on SAM.gov: Updated: BIGST_BAA_HM047623BAA0001_GeneralSolicitation_REV3_20250425.pdf New: APPENDIX 1 Abstract Template.docx New: APPENDIX 2 Proposal Template.docx New: APPENDIX 5 Grants Coops.docx New: NGAI 8400.4.pdf On the Classified IC-ARC, the following documents have been updated/added in Contrator Bidders Library in the "20250425-BIG-ST Updated" folder: Updated: BIGST_BAA_HM047623BAA0001_GeneralSolicitation_REV3_20250425.pdf New: APPENDIX 1 Abstract Template.docx New: APPENDIX 2 Proposal Template.docx New: APPENDIX 5 Grants Coops.docx New: NGAI 8400.4.pdf Additionally, on the Classified IC-ARC, a separate section has been created for Topic 5 BIGISLAND. Within this section, Topic Call documents have been moved from the Contractor Bidders Library "20250402-Topic5-BIGISLAND" folder to the "T5 Documents" tab. Please review the following documents: Updated: BIGST-BAA_Topic 05_BIGISLAND_REV1_25Apr2025.pdf New: T5_CDRL_A001_Topic_Call_Meeting.pdf New: T5_CDRL_A002_Written_Reports.pdf New: T5_CDRL_A003_Written_Project_Plans.pdf New: T5_CDRL_A004_Source_code_of_developed_algorithms.pdf New: T5_CDRL_A005_Demonstration_of_capability.pdf To access the notice and all associated RFP documents, follow the below instructions: After logging in to Classified IC-ARC: Go to "NGA" --> Go to "Efforts" --> Under Acronyms search "BIG-ST" --> Go to section titled "Topic 5 BIGISLAND" For additional support with account access, please contact the ACE Helpdesk at secure 855-4ACE or unclassified 703-230-6300.
NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
The Boosting Innovative GEOINT-Science and Technology (BIG-ST) Broad Agency Announcement (BAA) invites proposers to submit innovative concepts to address hard GEOINT problems that align to one or more of the following technical domains: (1) Foundational GEOINT, (2) Advanced Phenomenologies, and (3) Analytic Technologies. BAA Process and Topic Call Publication: The BIG-ST BAA is a general announcement of NGA’s research interest, including criteria for selecting proposals and soliciting the participation of all offerors capable of satisfying the Government’s needs. The requests for abstracts and/or proposals are transmitted via Topic Calls that are published separately under the BIG-ST BAA General Solicitation at various times during the open period of the General Solicitation. Topic Calls will be published via updates to the BIG-ST BAA General Solicitation site on Sam.gov, Grants.gov (Opportunity ID:351404), and/or the Acquisition Research Center (https://acq.westfields.net). Interested parties should periodically check these websites for updates. No submissions shall be accepted to the General Solicitation; abstracts and proposals will only be reviewed in response to Topic Calls. Please refer to the Topic Calls for Abstract and Proposal due dates. The BIG-ST BAA General Solicitation, HM047623BAA0001 Revision 2 (dated 04/02/2025), is posted and applies to Topic 5 and forward. See Attachments/Links. Closed Topics: Topic 1 - Geospatial-Intelligence Foundational Model (GFM) is closed Topic 2 - Magnifying University Science Expertise (MUSE) is closed. Topic 3 - VLBI+G Signal Chain Development (VLBI+G) is closed. Canceled Topics: Topic 4 - Production of Radio Frequency (RF) Surveys from Commercial On-orbit Passive RF (RF-COP) is cancelled. Active Topics: Topic 5 - Better Ingested GEOINT - Identifying Artificial Intelligence and Manually Manipulated Media (BIGISLAND) is open. Updated Description (as of 4/11/2025): Interested parties must have an account to log into the Classified IC-ARC to see the notice, and all associated RFP documents. Instructions for obtaining an Acquisition Research Center (ARC) account can be found in the BIG-ST BAA HM047623BAA0001 General Solicitation under section 4.5.8.3. After logging in to Classified IC-ARC: Go to "NGA" --> Go to "Efforts" --> Under Acronyms search "BIG-ST" --> Go to "Contractor Bidders Library" For additional support with account access please contact the ACE Helpdesk at secure 855-4ACE or unclassified 703-230-6300. -------------------------------------------------------------------------------------------------------------------- Please review the following new/updated documents under Attachment/Links: Updated: BIGST_BAA_HM047623BAA0001_GeneralSolicitation_REV2_20250402 Updated: BIGST_BAA_HM047623BAA0001_Provisions_Clauses_20250402 A summary of changes can be found within the BIG-ST BAA General Solicitation Revision 2 dated 04/02/2025. Changes are highlighted in YELLOW.
NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
The Boosting Innovative GEOINT-Science and Technology (BIG-ST) Broad Agency Announcement (BAA) invites proposers to submit innovative concepts to address hard GEOINT problems that align to one or more of the following technical domains: (1) Foundational GEOINT, (2) Advanced Phenomenologies, and (3) Analytic Technologies. BAA Process and Topic Call Publication: The BIG-ST BAA is a general announcement of NGA’s research interest, including criteria for selecting proposals and soliciting the participation of all offerors capable of satisfying the Government’s needs. The requests for abstracts and/or proposals are transmitted via Topic Calls that are published separately under the BIG-ST BAA General Solicitation at various times during the open period of the General Solicitation. Topic Calls will be published via updates to the BIG-ST BAA General Solicitation site on Sam.gov, Grants.gov (Opportunity ID:351404), and/or the Acquisition Research Center (https://acq.westfields.net). Interested parties should periodically check these websites for updates. No submissions shall be accepted to the General Solicitation; abstracts and proposals will only be reviewed in response to Topic Calls. Please refer to the Topic Calls for Abstract and Proposal due dates. The BIG-ST BAA General Solicitation, HM047623BAA0001 Revision 2 (dated 04/02/2025), is posted and applies to Topic 5 and forward. See Attachments/Links. Closed Topics: Topic 1 - Geospatial-Intelligence Foundational Model (GFM) is closed Topic 2 - Magnifying University Science Expertise (MUSE) is closed. Topic 3 - VLBI+G Signal Chain Development (VLBI+G) is closed. Canceled Topics: Topic 4 - Production of Radio Frequency (RF) Surveys from Commercial On-orbit Passive RF (RF-COP) is cancelled. Active Topics: Topic 5 - Better Ingested GEOINT - Identifying Artificial Intelligence and Manually Manipulated Media (BIGISLAND) is open. Interested parties must have an account to log into the IC-ARC to see the notice, and all associated RFP documents. Instructions for obtaining an Acquisition Research Center (ARC) account can be found in the BIG-ST BAA HM047623BAA0001 General Solicitation under section 4.5.8.3. -------------------------------------------------------------------------------------------------------------------- Please review the following new/updated documents under Attachment/Links: Updated: BIGST_BAA_HM047623BAA0001_GeneralSolicitation_REV2_20250402 Updated: BIGST_BAA_HM047623BAA0001_Provisions_Clauses_20250402 A summary of changes can be found within the BIG-ST BAA General Solicitation Revision 2 dated 04/02/2025. Changes are highlighted in YELLOW.
NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
The Boosting Innovative GEOINT-Science and Technology (BIG-ST) Broad Agency Announcement (BAA) invites proposers to submit innovative concepts to address hard GEOINT problems that align to one or more of the following technical domains: (1) Foundational GEOINT, (2) Advanced Phenomenologies, and (3) Analytic Technologies. BAA Process and Topic Call Publication: The BIG-ST BAA is a general announcement of NGA’s research interest, including criteria for selecting proposals and soliciting the participation of all offerors capable of satisfying the Government’s needs. The requests for abstracts and/or proposals are transmitted via Topic Calls that are published separately under the BIG-ST BAA general solicitation at various times during the open period of the general solicitation. Topic Calls will be published via updates of the BIG-ST BAA General Solicitation site on Sam.gov and Grants.gov (Opportunity ID:351404). Interested parties should periodically check these websites for updates. No submissions shall be accepted to the general solicitation; abstracts and proposals will only be reviewed in response to Topic Calls. Please refer to the Topic Calls for Abstract and Proposal due dates. The BIG-ST BAA General Solicitation, HM047623BAA0001 Revision 1 (dated 12/20/2024), is posted and applies to Topic 4 and forward. See Attachments/Links. Closed Topics: Topic 1 - Geospatial-Intelligence Foundational Model (GFM) is closed Topic 2 - Magnifying University Science Expertise (MUSE) is closed. Topic 3 - VLBI+G Signal Chain Development (VLBI+G) is closed. Active Topics: There are currently no active topics. -------------------------------------------------------------------------------------------------------------------- Please review the following new/updated documents under Attachment/Links: Updated: BIGST_BAA_GeneralSolicitation_REV1_20241220 New: Research and Technology Protection_BIG-ST BAA_20241220 Updated: Provisions_Clauses_BIGST BAA_HM047623BAA0001_20241220 A summary of changes can be found within the BIG-ST BAA General Solicitation Revision 1 (dated 12/20/2024).
NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
The Boosting Innovative GEOINT-Science and Technology (BIG-ST) Broad Agency Announcement (BAA) invites proposers to submit innovative concepts to address hard GEOINT problems that align to one or more of the following technical domains: (1) Foundational GEOINT, (2) Advanced Phenomenologies, and (3) Analytic Technologies. BAA Process and Topic Call Publication: The BIG-ST BAA is a general announcement of NGA’s research interest, including criteria for selecting proposals and soliciting the participation of all offerors capable of satisfying the Government’s needs. The requests for abstracts and/or proposals are transmitted via Topic Calls that are published separately under the BIG-ST BAA general solicitation at various times during the open period of the general solicitation. Topic Calls will be published via updates of the BIG-ST BAA General Solicitation site on Sam.gov and Grants.gov (Opportunity ID:351404). Interested parties should periodically check these websites for updates. No submissions shall be accepted to the general solicitation; abstracts and proposals will only be reviewed in response to Topic Calls. Please refer to the Topic Calls for Abstract and Proposal due dates. The BIG-ST BAA General Solicitation, HM047623BAA0001, is posted and applies to Topic 1 and forward. See Attachments/Links. Active Topics: Topic 1 - Geospatial-Intelligence Foundational Model (GFM) is active. Topic 2 - Magnifying University Science Expertise (MUSE) is active. Topic 3 - VLBI+G Signal Chain Development (VLBI+G) is active. -------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------- Topic 01: 'Geospatial-Intelligence Foundational Model' (GFM) Published on: 12/15/2023 and updated with Revision 1 on 01/24/2024. See Attachments/Links. Proposals were due on 03/22/2024 and are currently under review. -------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------- Topic 02: Magnifying University Science Expertise (MUSE) Published on: 03/20/2024 and updated with Revision 1 on 04/16/2024. See Grants.gov. Intent of this Topic Call is the award of academic grants only. This Topic Call seeks to increase the breadth and depth of knowledge to key science and technology areas of need to the geospatial intelligence (GEOINT) community and advance the state of practice in two subject areas: 1. Synthetic Aperture Radar (SAR) 2. Geodesy Proposals Due: 06/07/2024 @ 5:00pm ET via Grants.gov (Note: Proposers who did not submit an abstract are ineligible to submit a proposal.) Contact Email for Topic 02: Unclassified: BIGSTBAA@nga.mil (Email Subject: ‘TOPIC 02 – MUSE’) -------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------- Topic 03: Very Long Baseline Interferometry with Global Navigational Satellite Systems Capabilities (VLBI+G) Radio Telescope Signal Chain Development Published on: 05/08/2024 and updated with Revision 1 on 05/22/2024. Q&A's are posted within Revision 1 as Appendix 1. See Attachments/Links. Intent of this topic call is to award an Other Transaction (OT) Agreement. Abstracts Due: 05/31/2024 @ 5:00pm EST Abstract Feedback (via email): 06/14/2024 Proposals Due: 07/09/2024 @ 5:00pm EST (Note: Proposers who do not submit an abstract are ineligible to submit a proposal.) Estimated Period of Performance Start: 09/09/2024 Contact Email for Topic 03: Unclassified: BIGSTBAA@nga.mil (Email Subject: ‘TOPIC 03 – VLBI+G’) -------------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------
NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
The Boosting Innovative GEOINT-Science and Technology (BIG-ST) Broad Agency Announcement (BAA) invites proposers to submit innovative concepts to address hard GEOINT problems that align to one or more of the following technical domains: (1) Foundational GEOINT, (2) Advanced Phenomenologies, and (3) Analytic Technologies. BAA Process and Topic Call Publication: The BIG-ST BAA is a general announcement of NGA’s research interest, including criteria for selecting proposals and soliciting the participation of all offerors capable of satisfying the Government’s needs. The requests for abstracts and/or proposals are transmitted via Topic Calls that are published separately under the BIG-ST BAA general solicitation at various times during the open period of the general solicitation. Topic Calls will be published via updates of the BIG-ST BAA General Solicitation site on Sam.gov and Grants.gov (Opportunity ID:351404). Interested parties should periodically check these websites for updates. No submissions shall be accepted to the general solicitation; abstracts and proposals will only be reviewed in response to Topic Calls. Please refer to the Topic Calls for Abstract and Proposal due dates. The BIG-ST BAA General Solicitation, HM047623BAA0001, is posted and applies to Topic 1 and forward. See Attachments/Links. Active Topics: Topic 1 - Geospatial-Intelligence Foundational Model (GFM) is active. Topic 2 - Magnifying University Science Expertise (MUSE) is active. Topic 3 - VLBI+G Signal Chain Development (VLBI+G) is active. -------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------- Topic 01: 'Geospatial-Intelligence Foundational Model' (GFM) Published on: 12/15/2023 and updated with Revision 1 on 01/24/2024. See Attachments/Links. Proposals were due on 03/22/2024 and are currently under review. -------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------- Topic 02: Magnifying University Science Expertise (MUSE) Published on: 03/20/2024 and updated with Revision 1 on 04/16/2024. See Grants.gov. Intent of this Topic Call is the award of academic grants only. This Topic Call seeks to increase the breadth and depth of knowledge to key science and technology areas of need to the geospatial intelligence (GEOINT) community and advance the state of practice in two subject areas: 1. Synthetic Aperture Radar (SAR) 2. Geodesy Proposals Due: 06/07/2024 @ 5:00pm ET via Grants.gov (Note: Proposers who did not submit an abstract are ineligible to submit a proposal.) Contact Email for Topic 02: Unclassified: BIGSTBAA@nga.mil (Email Subject: ‘TOPIC 02 – MUSE’) -------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------- Topic 03: Very Long Baseline Interferometry with Global Navigational Satellite Systems Capabilities (VLBI+G) Radio Telescope Signal Chain Development Published on: 05/08/2024. See Attachments/Links. Intent of this topic call is to award an Other Transaction (OT) Agreement. Questions Due: 05/15/2024 @ 5:00pm EST Q&A Posting via SAM.gov update to Topic Call: 05/22/2024 Abstracts Due: 05/31/2024 @ 5:00pm EST Abstract Feedback (via email): 06/14/2024 Proposals Due: 07/09/2024 @ 5:00pm EST (Note: Proposers who do not submit an abstract are ineligible to submit a proposal.) Estimated Period of Performance Start: 09/09/2024 Contact Email for Topic 03: Unclassified: BIGSTBAA@nga.mil (Email Subject: ‘TOPIC 03 – VLBI+G’) -------------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------
NGA - Boosting Innovative GEOINT - Science & Technology Broad Agency Announcement (BIG-ST BAA)
The Boosting Innovative GEOINT-Science and Technology (BIG-ST) Broad Agency Announcement (BAA) invites proposers to submit innovative concepts to address hard GEOINT problems that align to one or more of the following technical domains: (1) Foundational GEOINT, (2) Advanced Phenomenologies, and (3) Analytic Technologies. BAA Process and Topic Call Publication: The BIG-ST BAA is a general announcement of NGA’s research interest, including criteria for selecting proposals and soliciting the participation of all offerors capable of satisfying the Government’s needs. The requests for abstracts and/or proposals are transmitted via Topic Calls that are published separately under the BIG-ST BAA general solicitation at various times during the open period of the general solicitation. Topic Calls will be published via updates of the BIG-ST BAA General Solicitation site on Sam.gov and Grants.gov (Opportunity ID:351404). Interested parties should periodically check these websites for updates. No submissions shall be accepted to the general solicitation; abstracts and proposals will only be reviewed in response to Topic Calls. Please refer to the Topic Calls for Abstract and Proposal due dates. The BIG-ST BAA General Solicitation, HM047623BAA0001, is posted and applies to Topic 1 and forward. See Attachments/Links. Active Topics: Topic 1 - Geospatial-Intelligence Foundational Model (GFM) is active. Topic 2 - Magnifying University Science Expertise (MUSE) is active. --------------------------------------------------------------------------------------------------- Topic 01: 'Geospatial-Intelligence Foundational Model' (GFM) initially published on 12/15/2023. Revision 1 published on 01/24/2024. See Attachments/Links. Proposals were due on 03/22/2024 and are currently under review. ---------------------------------------------------------------------------------------------------------------------------------------------------- Topic 02: Magnifying University Science Expertise (MUSE) published on 03/20/2024 and updated with Revision 1 on 04/16/2024.. See Grants.gov. Intent of this Topic Call is the award of academic grants only. This Topic Call seeks to increase the breadth and depth of knowledge to key science and technology areas of need to the geospatial intelligence (GEOINT) community and advance the state of practice in two subject areas: 1. Synthetic Aperture Radar (SAR) 2. Geodesy Revision 1 Updates: The following information was updated: Budget Section was updated; Appendix 1 - Q&A was added. See Grants.gov --> 'Related Documents' tab --> folder entitled 'Full Announcement - Topic Calls' --> file entitled 'BIGST BAA_T02_MUSE_Rev1_20240416'. Due Dates: Abstracts: Due on 04/23/2024 @ 5:00pm ET Proposals: Due on 06/07/2024 @ 5:00pm ET (Note: Proposers who do not submit an abstract are ineligible to submit a proposal.) Contact Email for Topic 02: Unclassified: BIGSTBAA@nga.mil (Email Subject: ‘TOPIC 02 – MUSE’) ---------------------------------------------------------------------------------------------------
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