Federal Contract Opportunities
Showing 951-1,000 of 2,701 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Mentor Protege Program (MPP) Broad Agency Announcement (BAA)
The Defense Threat Reduction Agency (DTRA) has a requirement for the Mentor Protégé Program (MPP) Broad Agency Announcement (BAA) to solicit eligible mentor and protégé firms for participation in the Department of Defense (DoD) MPP in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 219.71, (DFARS) 219.71 and DFARS Appendix I (as amended by 10 U.S.C. 4902 effective December 21, 2023) through this Broad Agency Announcement (BAA). This announcement will be posted for twelve months so white papers may be submitted at any time. This is a Two-Step Open BAA issued under the provisions of FAR 6.102(d)(2), which provides for the competitive selection of proposals. The following information is relative to Step-One, submission of white papers. DTRA will contact those offerors whose white papers are selected to proceed to Step-Two, submission of a formal proposal which is subject to availability of program funds. Formal proposals are not being accepted at this time. DO NOT submit a formal proposal until requested by DTRA’s Contracting Office. Evaluation of these white papers will occur throughout this time period. After evaluations, Mentor Firms whose, white papers are consistent with the intent of this BAA may be solicited to submit technical and cost proposals subject to availability of program funds. Formal Proposals are not being accepted at this time.
FY26 anticipated levee work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
The intent of this special notice is to share the most current information available with respect to anticipated levee work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts during Fiscal Year 2026. NOTE: This information includes projected requirements and schedules that are subject to change. All project information is subject to change as designs are refined and impacts are quantified. Principle features of work include construction of various types of earthen levee embankment enlargement and repair, seepage berm construction, seepage cut-off construction, and/or installation of relief wells. This work will be performed primarily along the Mississippi River levee system within the geographic bounds within the Mississippi Valley Division (particularly the Memphis District, Vicksburg District and New Orleans District). The work shall include; required clearing and grubbing, placing geotextile material, placing and compacting of earthen fill to the lines and grades required, moisture and density control of placed earthen fill, construction of sheet pile or slurry seepage cut-off features, installation of groundwater relief wells to specified depth below ground surface, collecting and analyzing soil boring data to establish location of well screens, placing well screens, stems, and filter packs, caps, covers, seals, etc., grouting groundwater wells as required, providing drainage as shown on plan drawings, developing and cleaning ground water wells, establishing turf grass over the work area, and construction of crushed stone access roadways and ramps, miscellaneous reinforced concrete work as shown on plan drawings. The work shall also include flood wall construction, which generally consists of a new temporary access road, ramps, temporary retaining structure, structural excavation and backfill, steel pipe, or concrete piling, reinforced concrete floodwall construction, storm drainage utilities, and other incidental work. The work will include furnishing all plant, materials, equipment, labor, and supervision, to complete the work as described. MEMPHIS DISTRICT Small Business Professional: Kelsey Daniels, (314) 331-8181 Email: CEMVM-SB@usace.army.mil Internet: http://www.mvm.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Pricilla Sweeney Email: Priscilla.G.Sweeney@usace.army.mil VICKSBURG DISTRICT Small Business Professional: Demetric Erwin, (601) 631-5951 Email: SBO-MVK@usace.army.mil Internet: http://www.mvk.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Davita Baloue Email: Davita.S.Baloue@usace.army.mil NEW ORLEANS DISTRICT Small Business Professional: Nesrin Comez-Vance, (504) 862-2620 Email: nesrin.comez-vance@usace.army.mil Internet: http://www.mvn.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Cynthia Hall Email: Cynthia.M.Hall@usace.army.mil
USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
The United States Space Force (USSF) Commercial Satellite Communications (COMSATCOM) Office, or CSCO, presents the following information to industry for preparation of potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs). All information outlined within is subject to change and based on known requirements for the subsequent 12 months. This document is current as 30 Sep 2025. *Additional information provided in Attachment.
FY2026 Projections
See attached file "FY26 Projections_Qtr 1_20251028" The U.S. Army Corps of Engineers, Japan District (POJ) is providing notification of current and projected FY2026 projects, for informational planning purposes. The following requirements will only be solicited to LOCAL SOURCES IN JAPAN through the utilization of full and open competition procedures, unless otherwise specified. Local sources are those organizations which are physically located and licensed to conduct business in Japan. This notice does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. This notification is NOT a solicitation and information contained in this notice is subject to change. Please continue to monitor SAM.gov for individual project solicitation issuance and updates. Any information that conflicts with this notice and solicitation (if issued), the terms and conditions of the solicitation govern. Industry may submit any comments or concerns regarding these projections to the point of contacts identified below for consideration in Government’s acquisition planning. CYBERSECURITY MATURITY MODEL CERTIFICATION (CMMC) 2.0 NOTICE Description: DoD published the final CMMC rule on September 10, 2025, ref. 90 Federal Register (FR) 43560, with an effective date of November 10, 2025. DoD’s CMMC Program mandates that all organizations handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI) maintain specific cybersecurity maturity levels to protect sensitive data. CMMC provides a consistent methodology to assess compliance with cybersecurity requirements and standards set forth in the 48 CFR 52.204-21; National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Basic Safeguarding of Covered Contractor Information Systems. USACE Japan District anticipates that all solicitations and contracts issued on or after November 10, 2025 will require Basic (Level 1) certification or higher. If your company is not certified at Basic (Level 1) or higher you will not be eligible to receive a contract award. More information concerning the CMMC Program is available at SAM.gov. See special notice, "Cybersecurity Maturity Model Certification (CMMC) Program Implementation" issued by USACE Headquarters, Directorate of Contracting. Please visit https://dodcio.defense.gov/CMMC/ for more information on how to get certified. See separate attachments for the following informational slides. 1. PIEE New Vendor Getting Started (For vendors that do not have a PIEE account). 2. Create Supplier Performance Risk System (SPRS) Vendor User Role. 3. Cybersecurity Maturity Model Certification (CMMC) Level 1 Quick Entry Guide. SYSTEM FOR AWARD MANAGEMENT (SAM) All interested companies, including joint ventures, shall be registered in the SAM database in order to be eligible for award of Government contracts. https://www.sam.gov. LOCAL SOURCES / ELIGIBILITY Contracts will be performed in its entirety in the country of Japan and is intended only for local sources, unless otherwise specified. Only local sources will be considered. Local sources are sources (e.g. corporations, partnerships, or Joint Ventures [For a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or, in the alternative, each member of the Joint Venture must individually satisfy the local source requirements]) that are physically located in Japan and authorized (i.e. licensed and registered) to perform construction in Japan. Specifically, a prospective offeror must be duly authorized to operate and conduct construction business in Japan and must fully comply with all applicable laws, decrees, labor standards, and regulations of Japan during the performance of the resulting contracts. In addition, offerors/bidders must possess a Japanese civil construction (2e2oku isshiki koji)) license or Japanese architectural construction (kenchiku isshiki koji)) license by the proposal/bid due date and time. The U.S. Government will verify that the offeror/bidder has the license through the Ministry of Land, Infrastructure, Transport and Tourism (MLIT) website at https://etsuran2.mlit.go.jp/TAKKEN. It is the responsibility of the offeror/bidder to ensure that it has the license (Japanese civil construction or Japanese architectural construction), and that it is accurately shown on the MLIT website, by the proposal/bid due date and time. Failure to comply with this requirement will be cause for rejection of your offer/bid. The U.S. Government will not offer “United States Official Contractor” status under Article XIV of the US-Japan Status of Forces Agreement (SOFA) to U.S. contractors normally resident in the United States; nor will the U.S. Government certify employees of such contractors as “Members of the Civilian Component” under Article I(b) of the SOFA. JOINT VENTURE. In the event the bidder/offeror is a joint venture, the bid/offer must be signed by an authorized representative of each participant in the joint venture. The joint venture as an entity shall also have an active System for Award Management registration – See FAR 52.204-7 System for Award Management. ELECTRONIC BID/PROPOSAL SUBMISSION The US Army Corps of Engineers Japan District (POJ) has transitioned to Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid and proposal submission (unless otherwise specified in the solicitation), to replace DOD SAFE. It is highly recommended that contractors create their PIEE Solicitation Module account as soon as possible and not wait till bid/proposal due date, as access may take time. The following information is provided for reference. Step 1: Complete vendor registration on https://piee.eb.mil/. Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/. Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml Point of Contacts Dr. Nakiba Jackson Contracting Officer // Army, Air Force, Housing Nakiba.S.Jackson@usace.army.mil Phone: 046-407-3398 Ms. Jennifer Knutson Contracting Officer // DoDEA, DLA, Navy, Marine Corps Jennifer.H.Knutson@usace.army.mil Phone: 046-407-8839 Point of Contact (Okinawa) Mr. Jack Letscher Contracting Officer Jack.T.Letscher@usace.army.mil Phone: 098-970-4402
FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
The intent of this special notice is to share the most current information available with respect to anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts during Fiscal Year 2026. NOTE: This information includes projected requirements and schedules that are subject to change. All project information is subject to change as designs are refined and impacts are quantified. Principle features of work include various construction and repairs to existing dikes, revetments, chevrons, bendway weirs, and other river training structures at various locations. Additional land-based construction may include bank grading and dressing, excavation, placement of crushed stone blanket, riprap upper bank paving, placement of stone fill and stone paving in specified areas such as dike fields, revetments, and other locations along top bank and in overbank areas landward of top bank. Repairs to existing structures may also be required. This work may include removal and redistribution of stone from dikes, revetments and other areas, breaking out pavement, placing and painting range markers, and clearing range lines. This work will be performed in the Mississippi River; varying water depths and currents may be encountered. MEMPHIS DISTRICT Small Business Professional: Kelsey Daniels, (314) 331-8181 Email: CEMVM-SB@usace.army.mil Internet: http://www.mvm.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Pricilla Sweeney Email: Priscilla.G.Sweeney@usace.army.mil VICKSBURG DISTRICT Small Business Professional: Demetric Erwin, (601) 631-5951 Email: SBO-MVK@usace.army.mil Internet: http://www.mvk.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Davita Baloue Email: Davita.S.Baloue@usace.army.mil NEW ORLEANS DISTRICT Small Business Professional: Nesrin Comez-Vance, (504) 862-2620 Email: nesrin.comez-vance@usace.army.mil Internet: http://www.mvn.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Cynthia Hall Email: Cynthia.M.Hall@usace.army.mil
FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
The intent of this special notice is to share the most current information available with respect to anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts during Fiscal Year 2026. NOTE: This information includes projected requirements and schedules that are subject to change. All project information is subject to change as designs are refined and impacts are quantified. Principle features of work include various construction and repairs to existing dikes, revetments, chevrons, bendway weirs, and other river training structures at various locations. Additional land-based construction may include bank grading and dressing, excavation, placement of crushed stone blanket, riprap upper bank paving, placement of stone fill and stone paving in specified areas such as dike fields, revetments, and other locations along top bank and in overbank areas landward of top bank. Repairs to existing structures may also be required. This work may include removal and redistribution of stone from dikes, revetments and other areas, breaking out pavement, placing and painting range markers, and clearing range lines. This work will be performed in the Mississippi River; varying water depths and currents may be encountered. MEMPHIS DISTRICT Small Business Professional: Kelsey Daniels, (314) 331-8181 Email: CEMVM-SB@usace.army.mil Internet: http://www.mvm.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Pricilla Sweeney Email: Priscilla.G.Sweeney@usace.army.mil VICKSBURG DISTRICT Small Business Professional: Demetric Erwin, (601) 631-5951 Email: SBO-MVK@usace.army.mil Internet: http://www.mvk.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Davita Baloue Email: Davita.S.Baloue@usace.army.mil NEW ORLEANS DISTRICT Small Business Professional: Nesrin Comez-Vance, (504) 862-2620 Email: nesrin.comez-vance@usace.army.mil Internet: http://www.mvn.usace.army.mil/Business-With-Us/Small-Business/ District Contracting Chief: Cynthia Hall Email: Cynthia.M.Hall@usace.army.mil
FY2026 USPS OIG Broad Agency Announcement
This Broad Agency Announcement (BAA) supersedes all prior year BAA's. Prior fiscal year BAA proposals deemed acceptable and kept on file, or currently under evaluation, need NOT reapply for the same position. This constitutes the Office of Inspector General's (OIG) Broad Agency Announcement (BAA), to solicit proposals from interested parties on a specific subset of OIG services. The OIG reserves the right to select for award all, some or none of the proposals in response to this announcement. A formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued. All applicable solicitation provisions, instructions, terms and conditions are contained in the attached documents. Specific clauses for any resultant contracts will be negotiated at contract award. Pursuant to 39 U.S.C. § 410(a), no Federal law dealing with public or Federal contracts, property, works, officers, employees, budgets, or funds, including the provisions of chapters 5 and 7 of title 5, shall apply to the exercise of the powers of the Postal Service. Specifically, the OIG does not fall under the purview of the Federal Acquisition Regulation (FAR). This BAA is intended for proposals related to professional, consultant and support services only. USPS OIG contract holders must comply with the Vietnam Era Veterans' Readjustment Assistance Act of 1972, as amended (38 U.S.C. 4211 and 4212), for contracts worth $150,000 or more. See https://www.dol.gov/vets/vets4212.htm#overview for reporting requirements. Proposals are accepted on a rolling basis, unless noted otherwise, and contracts may be awarded throughout the solicitation period. A position listing may result in one or more contract awards. The solicitation period ends on September 30, 2025, or until replaced by a subsequent BAA, whichever is earlier. Please see the attached solicitation documents for details.
Biological Technologies
The Defense Advanced Research Projects Agency (DARPA) Biological Technologies Office (BTO) is soliciting proposals that leverage biological properties and processes to revolutionize our ability to protect the nation’s warfighters. Specifically excluded is research that primarily results in evolutionary improvements to the existing state of practice.
FD2030-26-00238
NSN: 1660-00-810-6854BO NOUN: CONVERTER, LIQUID OX. TOP DRAWING: M25666/5 EDL REVISION & DATE: 6 / 29 SEP 2025 MDC CODE: EEH IM NAME: MOSELEY, MICK M.
FY26 NAWCAD Propulsion and Power Technology Development Program Broad Agency Announcement (BAA)
The NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD) AIR SYSTEMS GROUP, Propulsion and Power Engineering Department is looking to solicit for white papers in response to the Government’s Statement of Objectives. For successful offerors, a Request for Proposal will be submitted, and a contract will subsequently be awarded off Broad Agency Announcement 2026 for Propulsion & Power of Naval Air Vehicles. Detailed information is provided in the NAVAIR publication “Guide to Naval Aviation Propulsion and Power Technology Development Programs for Fiscal Year 2026.” The aforementioned guide is attached to the SAM.gov announcement. Evaluations will be conducted by a panel of Government technical evaluators using the following criteria: Scientific and technical merits of the proposed research to include, (1) the degree to which proposed research and development objectives support the targeted technical topic and (2) validity of the technical basis for the approach offered; and potential contributions to the Navy Propulsion, Power and Energy objectives to include (1) relevance to the stated technology areas of interest; (2) anticipated operational military (or commercial, if applicable) utility; (3) ability of proposed system/study to be rapidly ready for transition; (4) suitability for transition to Navy systems; and (5) projected affordability of transitioning the technology to the fleet Other evaluation criteria, of lesser importance but equal to each other are; The offeror’s capabilities, related experience, past performance in similar efforts, research personnel, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives and the realism and reasonableness of cost, including proposed cost sharing. No further criteria will be used in the evaluation. The technical and cost information will be evaluated at the same time. Further details on these criteria are contained in the aforementioned Guide. Selection for award will be based on the potential benefit to the Government weighed against the cost of the proposals, in view of the availability of Government funds. Cost plus fixed fee, cost sharing, and cost contracts are anticipated. Other types of contracts may be proposed, but offerors are advised that the Government is under no obligation to accept. Specific reporting requirements cited on the Contract Data Requirements List (DD1423) shall be specified within each contract award. At a minimum all offerors will be required to submit the following reports: a) Detailed Planning Report; b) Progress Report; c) Financial Reports; d) Test Plans; e) Program Reviews; f) Presentation Material; and g) Final Report. Proposal submission process, format and content, as well as deliverable items are delineated in the above mentioned NAVAIR Guide. Initial proposals or White Papers (WP) should not exceed 30 pages in length, including a cost estimate. BRIEFNESS IS DESIRABLE. WPs RANGING FROM A FEW PAGES TO 15 PAGES ARE THE NORM. Cost estimates in WPs for stand-alone subsets of effort are encouraged. Offerors of those WPs found to be consistent with the intent of the BAA will be invited to submit a formal cost and technical proposal. One original, and later, if invited, of each formal cost and technical proposal are to be submitted. WPs and Proposals shall be submitted to: Stacey Stone; Stacey.l.stone9.civ@us.navy.mil; Procuring Contracting Officer, Patuxent River, MD 20670. WPs and Proposals that include sensitive information can be submitted through the DoD Safe (https://safe.apps.mil/). WHITE PAPER SUBMISSIONS ARE DUE BY 30 SEPT 2026. The Navy reserves the right to select for award any, all, part of, or none of the responses received and intends to fully fund any resultant contract(s), depending on available funding. The Government will not pay any proposal preparation costs for responding to this Sources Sought. Responses should be forwarded at no cost to the Government. The cost of preparing proposals in response to this Sources Sought is not considered an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. Educational institutions, Small Business concerns, Small Disadvantaged Business concerns, Women Owned Small Business concerns, Historically Black Colleges and Universities, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Women-Owned Small Business and Minority Institutions are especially encouraged to submit proposals for consideration under this BAA.
ISOF Range 2026
EVENT: The Program Manager – SOF Lethality (PM-SL), in cooperation with the Joint Services Small Arms Program (JSSAP) and OUSD R&E, P&E, Foreign Comparative Testing (FCT) Office, will conduct the International Special Operations Forces (ISOF) Range 2026, 14-15 April 2026 at the Nevada Test and Training Range (NTTR), NV. In addition, there will be an opportunity for selected novel technologies to participate in the Last Line of Defense (LLOD) rodeo on 12 April 2026 for small-unit counter-unmanned aircraft systems (cUAS) testing. This Request for Information (RFI) is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this RFI is to invite technology demonstration candidates from private industry, government Research and Development (R&D) organizations/labs, academia, and individuals (hereinafter “respondents”) to apply with an exhibitor technology application addressing innovative lethality technologies to exhibit at ISOF Range 2026. For the audience, U.S. Special Operations Command (USSOCOM) will provide Special Operations Forces (SOF) end users, SOF component combat developers, government technical engineers, contracting officers, the USSOCOM program management office, thirty(+) invited international SOF units, federal law enforcement special units, inter-agency special units, federal RDT&E agencies, and the United States Army, Navy, Air Force, Space Force, Marine Corps, and Coast Guard combat development offices (hereinafter “attendees”). The attendees will use ISOF Range 2026 to conduct “hands-on” market research of technology to address lethality gaps and inform future requirements. The attendees will provide selected respondent technology applications with written feedback on their demonstrated technologies. For the ISOF Range 2026 event, technology applications will be submitted to Phoenix Defence website: https://isofrange.com/ (see section C).
Transportation Security Administration’s Open Architecture Initiatives
********************Update to Transportation Security Administration’s (TSA) Open Architecture (OA) initiatives notice.************************************** The Transportation Security Administration (TSA) is posting this announcement to provide interested entities an opportunity to obtain access to information (up to Sensitive Security Information (SSI)) regarding the next generation Open Architecture (OA) solutions and applications. The goal of sharing this information is to provide industry an understanding of the next generation OA solutions and applications and enable them to provide feedback to TSA. Industry feedback will help TSA understand industry capability and product development for OA solutions and applications and allow TSA to gauge viability of future Open Architecture requirements. Industry feedback received early in the planning and development process will provide TSA necessary information for decision making. Additionally, industry feedback may identify opportunities for Industry to participate in non-funded OA proof-of-concepts/demonstrations of prototypes that work with TSA Open Architecture solutions. Requests for OA SSI access, shall include specified information as listed in the attached document titled "Open Architecute Vetting Instructions" and shall be submitted to the address provided in the "Open Architecute Vetting Instructions" document no later than 2:00 PM EST on February 28, 2025. ********************Update to Transportation Security Administration’s (TSA) Open Architecture (OA) initiatives notice.************************************** TSA has updated the "OAStakeholderComment Form" with Instructions. Please utilize the attached "OAStakeholderComment FormRev1" for all comments to be submitted no later than September 30, 2024. ************************************************************************************************************************ Update to Transportation Security Administration’s (TSA) Open Architecture (OA) initiatives notice.****************** **************************************Update to Request for Information (RFI) 70T04024I7573N001.**************************************** The Transportation Security Administration (TSA) is extending the attached Request for Information (RFI) 70T04024I7573N001 written response due date to no later than Friday, June 7, 2024 at 12:00pm EDT to siobhan.mullen@tsa.dhs.gov and siobhan.lawson@tsa,dhs.gov. It is the Respondent’s responsibility to ensure the Government receives the Respondent’s email submission. ********************Update to Transportation Security Administration’s (TSA) Open Architecture (OA) initiatives notice.****************** The Transportation Security Administration (TSA) is issuing the attached Request for Information (RFI) 70T04024I7573N001 to conduct market research to better understand vendor capabilities, qualifications, approaches, costs, risks, and technical challenges with system components and subsystems of TSA’s open architecture vision of a connected transportation security system of systems. Written questions concerning this RFI should be emailed to siobhan.mullen@tsa.dhs.gov and siobhan.lawson@tsa.dhs.gov no later than May 17, 2024 at 12:00pm EDT, Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Respondents shall provide written responses to this RFI no later than Monday, June 3, 2024 at 12:00pm EDT to siobhan.mullen@tsa.dhs.gov and siobhan.lawson@tsa,dhs.gov. It is the Respondent’s responsibility to ensure the Government receives the Respondent’s email submission. This RFI is issued solely for market research, planning, and information purposes in order to assist TSA. The Government will review vendor responses for market research purposes only. The Government does not intend to provide a response to submissions for this RFI, but the Government reserves the right to hold a technical information exchange meeting with all, none or some of the submitters, after review of the RFI submissions, at the agency’s discretion. ********************Update to Transportation Security Administration’s (TSA) Open Architecture (OA) initiatives notice.****************** Opening of comment period: This update is to provide notice that TSA is opening the comment period and requesting feedback from industry partners on TSA’s Open Architecture (OA) solutions to include the Digital Imaging and Communications in Security (DICOS) Software Development Kit (SDK), Open Platform Software Library (OPSL) SDK, and associated related solutions. Please complete the attached comment form and submit the OASupport@tsa.dhs.gov to document inputs regarding the current scope of the SDKs or proposed features or capabilities to be implemented in a future version. The comment period closes on September 30, 2024. TSA expects to establish a consistent structure to provide open comment periods in the future and all comments received after the comment period close will be considered as part of the next comment period. Comments will be reviewed and adjudicated by the TSA Technical Review Committee as they are received. After review, some may be included in a future SDK release. TSA intends to post or share responses to the comments received, outline the features or capabilities that are approved for future implementation, and share the expected development plans to support continued collaboration in the establishment of common and accessible data and interface standards. Additional communication will be forthcoming after the comment period closes regarding next steps. Disclaimer This Request for Comments is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this request will be considered anonymous. The Government will not return or pay for any information provided in response to this announcement; no basis for a claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. This request does not constitute a Request for Proposal (RFP) or any commitment or intent to issue an RFP, Broad Agency Announcement (BAA), or solicitation. Not responding to this request does not preclude participation in any future solicitation. The information provided in this request is subject to change and is not binding on TSA. All submissions become the property of TSA and will not be returned. Additionally, it should be noted that TSA is requesting information to identify various solutions to support open architecture that are currently available or being developed. Contact OASupport@tsa.dhs.gov to request access to the latest versions of the SDKs and relevant documentation as needed. TSA reserves the right to hold technical information exchange meetings with all, none, or some of the submitters at the agency’s discretion. ________________________________________________________________________________________________________ **********TSA Open Architecture Industry Day – June 18, 2024******** Introduction The Transportation Security Administration (TSA) is hosting an Industry Day on TSA’s Open Architecture (OA) initiatives, and invites industry, academia, national labs, Department of Homeland Security (DHS) components, and government stakeholders to attend. The objectives of the Industry Day are to: Share updates on TSA’s OA activities and implementation plan to meet the goals and objectives outlined in TSA’s Draft OA Foundational Roadmap (posted to TSA.gov in July 2023; https://www.tsa.gov/for-industry/open-architecture) Discuss TSA’s user-driven approach to developing and maintaining TSA’s OA-enabled solutions Provide an overview of the OA demonstration conducted at the TSA Systems Integration Facility (TSIF) and future activities Collaboratively engage with stakeholders on topics regarding accelerating OA and future partnerships Background TSA’s mission is to protect the Nation’s transportation systems to ensure freedom of movement for people and commerce. To achieve this mission in an evolving threat environment, TSA must prioritize being an agile and flexible organization which can rapidly field innovative screening solutions capable of improving TSA’s security posture. Leveraging an OA design approach will allow TSA to improve its security posture, support its frontline workforce, and promote an improved customer experience. OA is a design approach in which equipment components, such as software and hardware, are standards-based and interoperable to allow a wide range of industry partners to create improved subcomponents (i.e, new detection algorithms, user interfaces, reporting systems). Using this approach will allow TSA to establish a superior transportation security System of Systems (SoS) that interact with each other and provide a unique capability that cannot be accomplished independently. In July 2023, TSA published the TSA OA Roadmap (Roadmap). The Roadmap serves as a foundation for providing TSA’s vision, goals, and objectives to establish a connected transportation security SoS, using OA guiding principles. The Roadmap guides TSA’s OA activities and identifies short-term (within 3 years) and long-term (more than 3 years) needs to sustain success. It informs the development and management of other strategic plans, roadmaps and implementation plans across the TSA enterprise. This Industry Day supports Goal 1 of the Roadmap which outlines TSA’s commitment to Engagement with government, industry, and stakeholder organizations and specifically meets the Objective 1.1 to “Communicate and coordinate strategic and programmatic initiatives with government, and industry stakeholders organization and facilitate ongoing engagement.” Event Date, Time, and Location Event Name TSA Open Architecture Industry Day Date June 18, 2024 Time 9:00 a.m. to 5:00 p.m. Location TSA Headquarters 6595 Springfield Center Drive Springfield, VA 22150 Event Description The full day event will include presentations and panel discussions across multiple relevant topic areas. Tentative Agenda Attached Attendees Attendees should include representatives from institutions/companies within the aviation security industry or who work with aviation security technology. This may include federal labs, universities, and third parties that may find the presentations valuable to their research and development as related to the TSA mission. Small businesses are encouraged to attend. Registration This event is free, however advanced registration and approval of attendees by TSA is required. Due to space limitations, only two (2) representatives from each interested institution/company are allowed to attend. All attendees shall register by providing an email via a single point of contact per institution/company, to include the following information for each attendee: Institution/Company Name Institution/Company Type (e.g., OEM or equipment manufacturer, university, national lab, consultant) and Size Individual Attendee Information (Limited to two (2) persons) Name and Title Email Address Phone Number Date of Birth Citizenship Any Advanced Questions/Topics for the Panel Discussions This information shall be provided via email in a password protected attachment. A separate email providing the password shall be sent immediately thereafter. For non-U.S. citizens, additional personal information may be requested. Registration requests must be submitted to ORCATechnologyConference@tsa.dhs.gov, no later than 5:00 p.m. EDT on May 1, 2024. Vetting will be completed by TSA and a final confirmation email with additional event details will be sent no later than May 31, 2024, to those who are authorized to attend the TSA Open Architecture Industry Day. All questions in regards to this announcement and the Industry Day itself shall be addressed in writing to the following recipient: Sharlene.Williams@tsa.dhs.gov. ___________________________________________________________ *******TSA Open Architecture Industry Day - April 27, 2023 ******** The Transportation Security Administration (TSA) is hosting an Industry Day on April 27, 2023 on TSA’s Open Architecture (OA) initiatives and invites industry, academia, Department of Homeland Security components, congressional representatives, national labs, and government stakeholders to attend. The objectives of the Industry Day are to: Discuss TSA’s OA strategy and activities as outlined in TSA’s Open Architecture Strategic Roadmap (draft posted to Sam.gov on February 9, 2023) Discuss key components of TSA’s OA approach Share potential TSA opportunities related to OA Collaboratively engage with stakeholders and share information and ideas on TSA’s OA approach and discuss intended path forward This event is free, however advanced registration and approval of attendees by TSA is required. The registration request with all information (see attachment for required information) must be submitted to email address ORCATechnologyConference@tsa.dhs.gov no later than 5:00 p.m. EDT on April 19, 2023. Vetting will be completed by TSA and a final confirmation email with additional details regarding access will be sent to those authorized to attend. All questions in regards to this announcement and the Industry Day itself shall be addressed in writing to the following recipient: Justin.Keear1@TSA.DHS.gov. See attached document titled "TSA OA Industry Day Announcement" for additional information. _____________________________________________________________ The purpose of this notice is to streamline and consolidate industry engagement and feedback related to Transportation Security Administration’s (TSA) Open Architecture (OA) initiatives. It is expected that TSA will release multiple open architecture artifacts and this notice serves as the centralized point for future efforts. This notice will be updated as appropriate. The TSA’s mission is to protect the nation’s transportation systems to ensure the freedom of movement for people and commerce. To achieve this mission in an evolving threat environment, TSA must remain an agile and flexible organization that can rapidly field innovative screening solutions that improve TSA’s security posture. It is essential that TSA implements these innovative screening solutions in a manner that supports the Transportation Security Officer in conducting the critical screening functions and improves the passenger experience. Open Architecture is a design approach where components, such as software and hardware, are standards-based and interoperable to allow a wide range of industry partners to create improved subcomponents (e.g., new detection algorithms, user interfaces, reporting systems, etc.). Leveraging an open architecture design approach will enable TSA to improve its security posture, support its frontline workforce, and promote an improved traveler experience. The successful implementation of this approach will require coordination across a wide range of partners to include government agencies, regulators, industry and international partners, national labs, academia, and airports. _________________________________ The attached Roadmap is being issued in draft form to elicit comments from Industry. Comments are requested to be provided within twenty-one days of this posting/no later than March 2, 2023 via the attached Excel spreadsheet titled “OA Roadmap Industry Comments.” The Government will review Industry comments for market research purposes only. The Government does not intend to provide a response to comments submitted for this Roadmap; however, based on vendor comments, the Government may arrange a technical information exchange to clarify or expand on comments provided. This Roadmap does not commit the U.S. Government to any course of action in the future. The Government may or may not utilize Industry suggestions in finalizing the Roadmap and information based on comments may be shared with the public in the final draft of the Roadmap. No proprietary information shall be provided by Industry. Each respondent, by submitting comments, agrees that any costs incurred in providing comments shall be the sole responsibility of the respondent/vendor. The Government shall incur no obligations or liabilities whatsoever, to anyone, for costs or expenses incurred by the respondent/vendor in responding to this Request for Comments. _________________________________________ The Transportation Security Administration (TSA) is issuing the attached Request for Information (RFI) to conduct market research to better understand vendor capabilities, qualifications, approaches, costs, risks, and technical challenges with regard to TSA’s vision of a connected transportation security system of systems based on open architecture principles and solutions. Written questions concerning this RFI, should be emailed to siobhan.mullen@tsa.dhs.gov and siobhan.lawson@tsa.dhs.gov no later than 3:00pm EDT, February 20, 2023. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Respondents shall provide written responses to this RFI no later than Friday, March 3, 2023 at 3:00pm EDT to siobhan.mullen@tsa.dhs.gov and siobhan.lawson@tsa,dhs.gov. It is the Respondent’s responsibility to ensure the Government receives the Respondent’s email submission. This RFI is issued solely for market research, planning, and information purposes in order to assist TSA. The Government will review vendor responses for market research purposes only. The Government does not intend to provide a response to submissions for this RFI, but the Government reserves the right to hold a technical information exchange meeting with all, none or some of the submitters, after review of the RFI submissions, at the agency’s discretion. ********** PLEASE NOTE: Written questions concerning this RFI, should be emailed to siobhan.mullen@tsa.dhs.gov and siobhan.lawson@tsa.dhs.gov no later than 3:00pm EDT, February 20, 2023. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. ______________________________________________________ ****************Response date for RFI extended************* Please note -- Respondents shall provide written responses to this RFI no later than Friday, March 10, 2023 at 3:00pm EST to siobhan.mullen@tsa.dhs.gov and siobhan.lawson@tsa,dhs.gov. It is the Respondent’s responsibility to ensure the Government receives the Respondent’s email submission.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.
Finding Agile Solutions for Test (FAST) Commercial Solutions Opening (CSO)
Finding Innovative Solutions for Test (FAST) Commercial Solutions Opening (CSO) This Commercial Solutions Opening (CSO) solicitation is issued in accordance with DoD Class Deviation 2018-O0016 “DoD Commercial Solutions Opening Pilot Program.” Federal Agency Name: Air Force Test Center Federal Agencies Capable of Issuing Contracts/Agreements: The FAST CSO is targeted to the Air Force Test Center (AFTC) and other associated partners in test, including the Air Force Research Laboratory (AFRL) and the Air Force Operational Test and Evaluation Center (AFOTEC). However, other organizations seeking innovative solutions to their test needs may issue Calls and subsequent awards/agreements under this CSO. Organizations outside of AFTC, AFRL, and AFOTEC can contact the Contracting Point of Contact (POC) identified within this document. CSO Number: FA9302-21-S-C001 Commercial Solutions Opening (CSO) Type: This is an open CSO with Calls. Meaning this CSO will be “amended” to issue Calls as objectives requiring innovative solutions are identified by various organizations within the defense test community. These Calls will be issued by organizations, posted on betasam.gov in separate instances, and the Calls will reference the FAST CSO. The FAST CSO will remain open for the issuance of Calls until 30 Sep 22. All contract awards or agreements made against Calls under this CSO must be made on or before 30 Sep 22. The CSO general solicitation method is a pilot program. The intent is to extend FAST should the pilot program be extended or made permanent[1]. Contracts and agreements issued against this CSO are considered “commercial” notwithstanding the definition of Commercial Item in FAR 2.101. This document is not a request for white papers or proposals. Please note, interested parties will not be reimbursed for costs associated with responding to this CSO, to include responses to Calls issued against this CSO. Calls: Calls will include areas of interest (AOI) defined by the organizations issuing the calls. Each call can be designed to meet the needs of the issuing organization. Descriptions of potential Call structures can be found below. Calls will include instructions to interested parties, due dates for white papers/proposal submissions, and selection criteria. Call Structures: One-Step: The one-step process is used to request full technical and cost proposals from each interested party. The proposals are evaluated in accordance with the solicitation criteria and all of a selected proposal, part of a selected proposal, or none of the proposals are selected. Two-Step: The two-step process is sometimes used when a large number of proposals are anticipated. Potential interested parties are invited to submit brief descriptive white papers in lieu of full proposals. The Call must state whether an unfavorable white paper evaluation will bar the interested parties from further consideration. Full proposals are requested from those interested party selected in the white paper evaluation process. When proposals are received, they are evaluated, and selection decisions are made. Open: This approach allows for White Paper and/or proposal submission at any time within a specified period or at any time during the Call’s availability. A Call issued against the FAST CSO will be available for maximum of one year. With this approach, White Papers and/or proposals are evaluated as received. Closed: This approach allows for white paper and/or proposal submittals at a specified date and time as set forth within the Call. Late bid and proposal provisions (IAW FAR 52.215-1(c)(3)) are usually included in the Call. White Paper/Proposal Submission: White Papers and/or proposals must be submitted to the Contracting Point of Contact (POC) identified within each Call. Solicitation Request: White papers or Proposals are not requested at this time. White papers or proposals will be solicited via Calls. Evaluations Factors: The primary evaluation factors for selecting proposals for award shall be technical, importance to agency programs, and funds availability. Price shall be considered to the extent appropriate, but at a minimum, to determine that the price is fair and reasonable. Calls may add to these factors (e.g., past performance). Debriefings: Debriefings will be handled in accordance with FAR 52.212-1(l). The cognizant Contracting Officer for each Call will determine the best method to provide debriefings (i.e., phone call, in-person brief, or written). North American Industry Classification System (NAICS) Code: NAICS codes will be identified within each Call issued against this CSO. Type of Contract/Instrument: The government intends to award FAR Part 12, fixed price type contracts as a result of this solicitation; however, the government also reserves the right to award an Other Transaction for Prototype project pursuant to 10 USC 2371b. The government may also award follow-on production contracts related to Other Transaction for Prototype projects issued under this CSO. The government further reserves the right to award all, part, or none of the proposals received. Estimated Program Cost: There is no cumulative ceiling estimated for this CSO. However, individual awards are not anticipated to exceed $100M. Should an offeror desire to submit a solution in excess of this value, the offeror shall contact both the cognizant FAST CSO Contracting Officer and the Call Contracting Officer for the stated area of interest. Detailed estimated cost or funding profiles may be included in Calls and amendments for Open Periods. Anticipated Number of Awards: It is anticipated that organizations will award multiple awards supporting efforts described within Calls. However, organizations issuing Calls reserve the right to award zero, one, or more contracts/agreements for all, some or none of the solicited effort based on the offeror's ability to perform desired work and funding limitations. Brief Program Summary: The objective of the FAST CSO is to provide a mechanism by which the government can partner with industry. To do so, the government must broaden its horizons – in order to bring innovative solutions required to accelerate the efficiency and effectiveness of our nation’s test mission. Awards and agreements will be issued to industry partners offering “innovative solutions” to the described objectives, desired end states, or capability gaps defined by organizations issuing Calls. To be considered, the solutions offered must meet the definition of an innovative solution. For the purposes of this CSO, innovative means any technology, process, or method including research and development, that is new as of the date of the proposal submission; or any new application of an existing technology, process, or method as of the proposal date. Additionally, this CSO may result in the award of research and development contracts/agreements ranging from basic research through operational systems development. Communication Between Prospective Offerors and Government Representatives: Open communication is encouraged. Questions, suggestions, or feedback related to the FAST CSO can be provided to the FAST CSO POC identified within this document. Calls: Specific communications related to objectives within a Call, will be treated in accordance with instructions provided within that Call. Open communications are encouraged otherwise. Communications with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Additionally, only Contracting Officers and Agreements Officers are legally authorized to commit the Government. Technical POCs: Government technical POCs will be identified within each Call. Contracting POCs: Contracting Officer Marc Venzon marc_anthony.venzon@us.af.mil 661-277-3234 Contract Specialist Carlos A. Barrera carlos.barrera.8@us.af.mil 661-277-8438 CSO Primary PCO Questions, suggestions, or feedback pertaining to the FAST CSO can be sent to the following email: AFTC.PZIEC.FASTCSO@us.af.mil. This email will be monitored by AFTC/PZIEC Contracting Officers. This team will be unable to answer specific questions related to Calls issued against this CSO, and interested parties are to direct questions related to Calls to those POCs identified within the Call. Miscellaneous Information: System for Award Management (SAM) Registration: SAM is the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, agreements, grants, and other assistance related processes. By submission of an offer to a Call under this CSO, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220. Security: Unless otherwise stated in a Call, interested parties should submit unclassified white papers or proposals. If an interested party deems a classified white paper or proposal is necessary, refer to the Contracting POC listed within the Call. Individual Calls will identify whether a Contract Security Classification Specification (DD 254) is applicable to the Call. If a DD 254 is required, offerors must possess all required personnel security clearance, facility clearance, and other infrastructure requirements necessary to perform any proposed classified work in accordance with the referenced DD 254. Cybersecurity: Offerors should be aware of the provision DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements and clause DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. If an offeror is required to implement NIST SP 800-171, the offeror shall have a current assessment (i.e., not more than 3 years old) for each covered contractor information system that is relevant to the offer, contract, task order, delivery order, or agreement. DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html. [1] See DARS Tracking Number 2018-O0016 Class Deviation – Defense Commercial Solutions Opening Pilot Program. The class deviation allowing the use of a CSO remains in effect until 30 Sep 2022.
Commercial Sponsorship Solicitation: MWR Elements of DAF Sports
*This is a solicitation for commercial sponsorship by a Nonappropriated Fund Instrumentality of the United States Government. It does not obligate appropriated funds or nonappropriated funds of the Government.* Introduction to MWR The U.S. Air Force Morale, Welfare, and Recreation (MWR) program is a comprehensive support initiative designed to enhance the quality of life for Air Force personnel and their families. The program offers a wide range of services, facilities, and activities aimed at promoting well-being, fitness, and morale among military members. Key elements of the MWR program include recreational activities such as sports leagues, fitness centers, outdoor recreation programs, hobby shops, and arts & crafts centers; family and community support through child development centers, youth programs, and family support services; entertainment and leisure options including movie theaters, libraries, and special events; and travel and hospitality services like lodging, dining facilities, and recreational lodging. Non-federal entities can sponsor various elements of the MWR program to gain access to the military market. Sponsorship provides businesses with a unique opportunity to engage with a dedicated and diverse audience while supporting the well-being of Air Force personnel and their families. Benefits of sponsorship include brand exposure through event signage, marketing materials, and digital media, direct engagement with participants through on-site presence and product demonstrations, community involvement with a positive association to the military, and access to a large and engaged military audience. Sponsorship opportunities include event sponsorship for sports tournaments, holiday celebrations, and family fun days; facility enhancements for fitness centers and recreational facilities; program support for educational workshops and health programs; and marketing and advertising in MWR publications and social media channels. By sponsoring the U.S. Air Force MWR program, non-federal entities can enhance their brand presence, support the military community, and gain valuable access to the military market. DAF Sports Sponsorship The Department of the Air Force (DAF) offers a variety of sports sponsorship opportunities designed to enhance the morale, welfare, and recreation of Air Force personnel and their families. These opportunities allow businesses to support athletic and recreational programs while gaining visibility and access to a dedicated and diverse military audience. Sponsoring DAF sports programs provides unique benefits for both sponsors and participants, fostering community engagement and promoting physical fitness. Sponsorship opportunities include annual sports events such as the Air Force Marathon, basketball tournaments, and soccer leagues, as well as one-off competitions and championships. Fitness and wellness programs also offer sponsorship potential, with opportunities to support fitness centers, health challenges, and wellness workshops. Sponsors benefit from high brand exposure through event branding, marketing materials, digital media, and on-site presence. Opportunities for logo placement, sponsor mentions, and inclusion in promotional campaigns are available, along with direct interaction with participants and attendees, including product demonstrations and sampling. Sponsorship provides access to a large and engaged military audience, including active duty members, families, and veterans, offering insight into the preferences and behaviors of military personnel. Involvement in DAF sports programs also enhances corporate social responsibility (CSR) by demonstrating support for the well-being of Air Force personnel and their families and fostering a positive association with the military community. To become a sponsor, businesses should review the DAF sports calendar found on DAFsports.com to identify events or programs that align with their brand and sponsorship goals. Detailed information on available opportunities can be obtained by contacting the DAF sponsorship office. Sponsors should develop a proposal outlining their goals, desired level of involvement, and proposed contributions, highlighting the benefits to both the DAF sports program and their organization. After submitting the proposal to the sponsorship office, businesses will work with DAF representatives to finalize the details and agree on terms. Implementation involves coordinating with DAF staff to ensure active participation and engagement throughout the sponsorship period. Finally, sponsors should assess the impact of their sponsorship through feedback and performance metrics and consider renewing or expanding their sponsorship based on the results and ongoing opportunities. For more information on sponsorship opportunities or to start the sponsorship process, businesses can contact the Sponsorship Office via email. By sponsoring DAF sports programs, businesses can enhance their brand presence, demonstrate support for the military community, and gain valuable access to the military market.
Air Force Operational Commercial Solutions Opening
Joint Base McGuire-Dix-Lakehurst (JB MDL) is conducting a commercial solutions opening (CSO) authorized by Department of Defense Class Deviation 2022-O0007. Under a CSO, the Air Force may competitively award proposals received in response to a general solicitation, similar to a broad agency announcement, to acquire innovative commercial items, technologies, and services, based on a review of proposals by scientific, technological, or other subject-matter expert peers within the Air Force. Under this CSO, all items, technologies, and services shall be treated as commercial items. The Air Force intends to obtain “innovative” solutions or potential new capabilities that fulfill requirements, close capability gaps, or provide potential technology advancements. Solutions may include existing technologies or procedures that are not currently in use by units at various locations that would enhance or streamline their mission capabilities. Based on available funding, this CSO is targeting solutions priced less than $100M. Amendment A00015, dated 29 September 2025 The purpose of this amendment is to: Extend this commercial Solutions opening (CSO) solicitation No. FA4484-20-S-C002 proposals due date from 30 September 2025 to 30 September 2026. Proposal Submission time frame is corrected from: In order for your proposal to be evaluated for a possible contract award, it must be submitted via email to 87CONS.CSO.Team@us.af.mil at any time through 30 September 2025. A hardcopy will not be accepted. No proposal will be accepted after 11:59 PM Eastern Time on 30 September 2025 as the authority to enter into a contract under the CSO program expires at this time. To: In order for your proposal to be evaluated for a possible contract award, it must be submitted via email to 87CONS.CSO.Team@us.af.mil at any time through 30 September 2026. A hardcopy will not be accepted. No proposal will be accepted after 11:59 PM Eastern Time on 30 September 2026 as the authority to enter into a contract under the CSO program expires at this time.
SAF/CDM Commercial Solutions Opening
Secretary of the Air Force Concepts Development and Management (SAF/CDM), Commercial Solutions Opening (CSO) FA7146-21-S-C001 for Defense-related activities CSO DESCRIPTION / OBJECTIVES. Federal Agency Name. Secretary of the Air Force Concepts Development and Management (SAF/CDM), Commercial Solutions Opening (CSO) Summary FA7146-21-S-C001 Title: CDM Defense-related activities Type: Closed/Open Two-Step CSO with Calls Open Period: Initiation to 1 September 2026 (for receipt of White Papers) Ordering Period: Initiation to 30 September 2026 Purpose. This CSO is initiated under the Defense Commercial Solutions Offering Pilot Program (DARS Tracking Number: 2018-O0016), as authorized by Section 879 of the NDAA for FY17 (Pub. L. 114-328). CSOs allow for competitive selection of innovative commercial items, technologies, and services if the award results from: •· A CSO that is general in nature identifying areas of mission or technical interest, including criteria for selecting proposals and soliciting the participation of all Contractors capable of satisfying the Government's needs •· A technical evaluation by subject matter/technical experts. A CSO may be used to award a contract or an Other Transaction that meets the definition of innovative as: any technology, process or method, including research and development, that is new as of the date of proposal submission; or any new application of an existing technology, process or method as of the proposal date. The Government may issue Amendments to this CSO during the Open Period to change or correct content, as needed. The Government may also issue Calls during the Open Period requesting targeted White Papers for a specific Objective, Focus Area, and/or capability. CDM seeks innovative commercial solutions or new capabilities that fulfill its requirements, close existing capability gaps, and/or offer technological advancements in meeting the Objectives and Focus Areas detailed in the CSO attachment. Eligibility. This CSO is a full and open acquisition. White Papers will be considered from all interested vendors, including small businesses and non-traditional contractors. Foreign participation is allowed as specified in the attachment. CSO STRUCTURE/EXPECTATIONS. All White Papers/Proposals shall be submitted in accordance with this CSO. White Papers and Proposals must be submitted to Contracting POCs only, as specified in the CSO attachment and within each Amendment or Call. Contractors are advised that the submittal of a White Paper or Proposal is not a promise or guarantee of award. The Government intends to review all White Papers/Proposals and reserves the right to award some, all, part, or none of a Contractor's proposal content. The Contracting POC for this CSO is: Kevin Adams Procuring Contracting Officer kevin.adams.20@us.af.mil (301) 203-4766 The Program Manager POC for this CSO is Ms. Catherine Anderson Program Manager catherine.anderson.5@us.af.mil STEPS. This CSO will follow a Two-Step process prior to any award. First Step - White Paper Submission (see Appendix A of the full text announcement). Contractors may submit White Papers, which will include a Cover Page, Technical/Management section and Rough Order of Magnitude, at any time throughout the Open Period upon initiation of this CSO. Multiple White Papers may be submitted, and all White Papers will be reviewed. While the Government does not intend to pay for White Papers submitted under Step 1, select Calls may provide for funding on a case-by-case basis. White Papers submitted in response to a Call will be accepted and evaluated as detailed within the individual Call. The Government will review submitted White Papers and each White Paper in accordance with Appendix A of the attachment. Second Step – Proposal (see Appendix B of the full text announcement). White Papers may result in an invitation to submit full Technical/Management and Price proposals. The request from the PCO will detail all the terms and conditions for the action, to include proposal submission instructions, as well as proposal due date and time. An request from the PCO is required to submit a proposal. A Contractor submitting a proposal without first submitting a White Paper will not be considered or eligible for award. A Contactor may only submit one proposal in response to a request. The Period of Performance for individual awards will be addressed in each request. Award. The Air Force anticipates making multiple awards under the Federal Acquisition Regulations or via Other Transaction Agreement authority as a result of this CSO. A proposal must meet the evaluation criteria specified in the ItP and the needs of the Government. Therefore, the Air Force reserves the right to award no contracts or any number of contracts for all, part, or none of the proposal(s) submitted by Offerors based on the Offeror's ability to perform desired work and funding availability.
Neutron Strategic Technology Advanced Research (Neutron-STAR) Advanced Research Announcement (ARA)
Amendment 4 - 09/25/2025: The above amendement changes/updates the following item: 1. Attach updated Neutron Star Industry guide dated 25 Sept 2025, due to issues with Microsoft permissions. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 3 - 09/09/2025: The above amendement changes/updates the following item: 1. Updates the QR code in the Trifold Brochure ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 2 - 09/03/2025: The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v3 dated 10 Jun 2025 with specific instructions pertaining to ROM cost estimates, and White Paper Delivery Instructions. Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of the Neutron-STAR Team. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 1 - 8/15/2024 The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v2 dated 14Aug24 with specific instruction pertaining to Topic 5 submissions Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: from Primary: Ms. Ashley Patterson, AFRL/RVKB to Mr. Ever Orozco-Perea, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB and Ms. Regina Alflen, AFRL/RVKB ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Federal Agency Name: Air Force Research Laboratory ARA Title: Neutron Strategic Technology Advanced Research (Neutron STAR) Advanced Research Announcement (ARA) ARA Type: This is an Open ARA; initial announcement SUBMISSION DATES ARE INDEFIINITE UNTIL FURTHER NOTICE PROGRAM SUMMARY: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 Procurement for Experimental Purposes. AFRL is interested in receiving white papers regarding nuclear-related research and development, including, but not limited to modeling and simulation of re-entry environments, materials characterization, nuclear explosion monitoring, and design, fabrication and experimentation of nuclear delivery. Dialogue between prospective Offerors and Government representatives is strongly encouraged. This solicitation intends to use the acquisition authority provided by 10 U.S.C. §4023. This authority applies to the acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, spaceflight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense relative to the parameters of this authority, and a strategy for verifying those intended benefits. *Please see the attached Neutron Star Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* BACKGROUND: AFRL’s Geo Space Division (RVBN) positions AFRL to steward, develop, and deliver leading technologies to the warfighter and the nuclear enterprise to ensure the National defense. Thus, proposed solutions should be innovative and substantially improve national defense capabilities across the domains of national nuclear deterrence operations. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas covered under this announcement may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Industry-Government Communication: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication shall be limited to the Contracting/Agreement Officer once full proposals are submitted for evaluation/review. Discussions should focus on understanding Government objectives and requirements, feasibility of prospective offeror approach, and prospective offeror prior similar efforts. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. Offerors are advised that only Contracting or Agreement Officers are legally authorized to contractually bind or otherwise commit the Government. ANNOUNCEMENT DETAILS: This is a HYBRID ANNOUNCEMENT. This announcement includes an open request for white papers as described below. Additionally, individual solicitations for white papers (Two-Step solicitation) and/or proposals (One-Step solicitation) related to discrete requirements may be issued. AFRL reserves the right to collapse a white paper (Two-Step solicitation) into a One-Step if the situation warrants and the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RVBN is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023, Procurement for Experimental Purposes. White papers submitted pursuant to the open announcement request follow the two-step procedures described below. White papers submitted under the open announcement request may be retained for 12 months. Open Announcement Submission: Unclassified White papers must be submitted to the Neutron Star Org Box at afrl.rvkb.afrlneutronstardms@us.af.mil. DO NOT DELIVER any classified portion of the white paper to this address. If it is determined that a classified white paper is required, please contact the Neutron STAR Org Mailbox for specific delivery instructions. Additional instructions for white paper submissions can be found in the Neutron STAR Industry User Guide attached to this announcement. Individual Solicitation Request: Individual Solicitations, except for Limited Solicitations, for white papers and proposals will be issued under this announcement via the Government Point of Entry (GPE) at https://sam.gov. Notification of Individual Solicitations may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Individual Solicitation Submissions: Submission requirements for Individual Solicitations will be specified in the solicitation details of each Individual Solicitation. Individual Solicitation Variations: Variations of the ARA Individual Solicitation process are available for use. The following types are commonly used but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all, part, or none of a proposal may be selected for award. Two-Step: The two-step process is used to request white papers and Rough Order of Magnitude (ROM) costs. The Individual Solicitation must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period, which will be identified in the individual solicitation. White papers submitted under the open announcement request may be retained for 12 months. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are processed and reviewed in accordance with the One-Step process. Limited Individual Solicitations: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Announcement Modifications: Due to the dynamically evolving nature of US nuclear deterrent mission and warfighter needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Government reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract, agreement or assistance instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 "Other Transaction for Research” 10 U.S.C. §4022 "Other Transaction for Prototype" 10 U.S.C. §4023 "Procurement for Experimental Purposes" 15 U.S.C §3710a – Cooperative Research and Developments Agreements 15 U.S.C §3715 – Partnership Intermediaries 32 C.F.R. §22.215 – Grants and Cooperative Agreements The Government anticipates that a mix of contract/ instrument types will be used throughout the life of this announcement. Generally, awards under this announcement or any Individual Solicitations may be Cost-Plus-Fixed Fee (Completion and Term), Cost Reimbursement, Firm Fixed Price, Cost Sharing, and Incentive. NOTE: If a Federal Acquisition Regulation (FAR) type contract is recommended as the award type authority, then the FAR clauses will be referenced at the Individual Solicitation level or within the Request for Proposal. The FAR and FAR supplement provisions and clauses will be incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If an assistance instrument (grants or cooperative agreements) is recommended as the award type, then articles and guidance found under DoDGARS, 200 CFR, OMB/DoD Policy shall be used and followed as appropriate. If an Other Transaction (OT) is recommended as the award type, then the FAR references and clauses will not apply. The terms and conditions of an OT agreement shall be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, Individual Solicitations may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more grants, agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Award Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Individual Solicitations may elect to provide a desired technical execution schedule for planning purposes. Deliverables: Hardware and software deliverables will be specified within a separately priced contract/award line items and data deliverables will be specified on individual Contract Data Requirements List(s) (CDRLs) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection: Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF) 424, Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine if an offer is unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete; (b) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act; and (d) certification includes the following statement: “I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001)”. Announcement Period: The overarching announcement has no end date and is in effect until further closed or rescinded. Open Announcement Points of Contact: Address Technical Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Maj Montgomery, AFRL/RVBN Alternate: Harper Baird, AFRL/RVBN Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Ms. Ashley Patterson, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB NOTE: Individual Solicitation Points of Contact will be specified within the solicitation. Topic Areas and Topic Descriptions Note: ALL topics are controlled by security access requirements. 1. Nuclear System Development Develop foundational capabilities, requirements, strategies, and identify candidate technologies for enhanced nuclear surety. 2. Nuclear Systems Integration Integration nuclear and non-nuclear components of future U.S. nuclear experiment units for development and delivery to various U.S. integration and test organizations. 3. Nuclear System Flight Experimentation and Evaluation Development and delivery of nuclear systems to various U.S. test organizations. 4. Nuclear Explosion Monitoring Improve capabilities to detect, locate, discriminate and characterize the depths, yields and other emplacement conditions of nuclear explosions. 5. Nuclear Command, Control, and Communication Enable uninterrupted delivery of strategic and critical conventional data within contested and nuclear environments, via innovative new technologies and architectures. Support contractors: The AFRL Space Vehicles (RV) Directorate have contracted for various business and staff support services from the following companies. Aero Thermo Technology, 620 Discovery Drive Building I, Suite 110, Huntsville, Alabama 35806 Fury Solutions LLC, 1617 Ashmont CT, Xenia, OH 45385-7060 Apogee Engineering LLC, 8610 Explorer Drive Suite 305, Colorado Springs, CO 80920-1036 AFRL Space Vehicles (RV) Directorate require these contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a) Assembling and organizing information for R&D case files; b) Accessing library files for use by Government personnel; c) Handling and administration of proposals, contracts, contract funding and queries; and d) administering the tool that will be used for conducting white paper and proposal evaluations. These various business and staff support service contractors are prohibited from responding to this announcement. Offerors shall either complete paragraph (*) below or provide written objection to administrative access. Any objection to administrative access: a) Shall be provided in writing to the contracting officer within 10 days of RFP (or PRDA, BAA, etc., as appropriate) issuance; and b) Shall include a detailed statement of the basis for the objection. *I consent to administrative access, as defined above, by RD and RV business and staff support services contractors to any proprietary information submitted under this solicitation or delivered under any resulting contract.
Neutron Strategic Technology Advanced Research (Neutron-STAR) Advanced Research Announcement (ARA)
Amendment 2 - 09/03/2025: The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v3 dated 10 Jun 2025 with specific instructions pertaining to ROM cost estimates, and White Paper Delivery Instructions. Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of the Neutron-STAR Team. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 1 - 8/15/2024 The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v2 dated 14Aug24 with specific instruction pertaining to Topic 5 submissions Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: from Primary: Ms. Ashley Patterson, AFRL/RVKB to Mr. Ever Orozco-Perea, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB and Ms. Regina Alflen, AFRL/RVKB ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Federal Agency Name: Air Force Research Laboratory ARA Title: Neutron Strategic Technology Advanced Research (Neutron STAR) Advanced Research Announcement (ARA) ARA Type: This is an Open ARA; initial announcement SUBMISSION DATES ARE INDEFIINITE UNTIL FURTHER NOTICE PROGRAM SUMMARY: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 Procurement for Experimental Purposes. AFRL is interested in receiving white papers regarding nuclear-related research and development, including, but not limited to modeling and simulation of re-entry environments, materials characterization, nuclear explosion monitoring, and design, fabrication and experimentation of nuclear delivery. Dialogue between prospective Offerors and Government representatives is strongly encouraged. This solicitation intends to use the acquisition authority provided by 10 U.S.C. §4023. This authority applies to the acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, spaceflight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense relative to the parameters of this authority, and a strategy for verifying those intended benefits. *Please see the attached Neutron Star Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* BACKGROUND: AFRL’s Geo Space Division (RVBN) positions AFRL to steward, develop, and deliver leading technologies to the warfighter and the nuclear enterprise to ensure the National defense. Thus, proposed solutions should be innovative and substantially improve national defense capabilities across the domains of national nuclear deterrence operations. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas covered under this announcement may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Industry-Government Communication: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication shall be limited to the Contracting/Agreement Officer once full proposals are submitted for evaluation/review. Discussions should focus on understanding Government objectives and requirements, feasibility of prospective offeror approach, and prospective offeror prior similar efforts. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. Offerors are advised that only Contracting or Agreement Officers are legally authorized to contractually bind or otherwise commit the Government. ANNOUNCEMENT DETAILS: This is a HYBRID ANNOUNCEMENT. This announcement includes an open request for white papers as described below. Additionally, individual solicitations for white papers (Two-Step solicitation) and/or proposals (One-Step solicitation) related to discrete requirements may be issued. AFRL reserves the right to collapse a white paper (Two-Step solicitation) into a One-Step if the situation warrants and the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RVBN is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023, Procurement for Experimental Purposes. White papers submitted pursuant to the open announcement request follow the two-step procedures described below. White papers submitted under the open announcement request may be retained for 12 months. Open Announcement Submission: Unclassified White papers must be submitted to the Neutron Star Org Box at afrl.rvkb.afrlneutronstardms@us.af.mil. DO NOT DELIVER any classified portion of the white paper to this address. If it is determined that a classified white paper is required, please contact the Neutron STAR Org Mailbox for specific delivery instructions. Additional instructions for white paper submissions can be found in the Neutron STAR Industry User Guide attached to this announcement. Individual Solicitation Request: Individual Solicitations, except for Limited Solicitations, for white papers and proposals will be issued under this announcement via the Government Point of Entry (GPE) at https://sam.gov. Notification of Individual Solicitations may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Individual Solicitation Submissions: Submission requirements for Individual Solicitations will be specified in the solicitation details of each Individual Solicitation. Individual Solicitation Variations: Variations of the ARA Individual Solicitation process are available for use. The following types are commonly used but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all, part, or none of a proposal may be selected for award. Two-Step: The two-step process is used to request white papers and Rough Order of Magnitude (ROM) costs. The Individual Solicitation must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period, which will be identified in the individual solicitation. White papers submitted under the open announcement request may be retained for 12 months. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are processed and reviewed in accordance with the One-Step process. Limited Individual Solicitations: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Announcement Modifications: Due to the dynamically evolving nature of US nuclear deterrent mission and warfighter needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Government reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract, agreement or assistance instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 "Other Transaction for Research” 10 U.S.C. §4022 "Other Transaction for Prototype" 10 U.S.C. §4023 "Procurement for Experimental Purposes" 15 U.S.C §3710a – Cooperative Research and Developments Agreements 15 U.S.C §3715 – Partnership Intermediaries 32 C.F.R. §22.215 – Grants and Cooperative Agreements The Government anticipates that a mix of contract/ instrument types will be used throughout the life of this announcement. Generally, awards under this announcement or any Individual Solicitations may be Cost-Plus-Fixed Fee (Completion and Term), Cost Reimbursement, Firm Fixed Price, Cost Sharing, and Incentive. NOTE: If a Federal Acquisition Regulation (FAR) type contract is recommended as the award type authority, then the FAR clauses will be referenced at the Individual Solicitation level or within the Request for Proposal. The FAR and FAR supplement provisions and clauses will be incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If an assistance instrument (grants or cooperative agreements) is recommended as the award type, then articles and guidance found under DoDGARS, 200 CFR, OMB/DoD Policy shall be used and followed as appropriate. If an Other Transaction (OT) is recommended as the award type, then the FAR references and clauses will not apply. The terms and conditions of an OT agreement shall be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, Individual Solicitations may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more grants, agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Award Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Individual Solicitations may elect to provide a desired technical execution schedule for planning purposes. Deliverables: Hardware and software deliverables will be specified within a separately priced contract/award line items and data deliverables will be specified on individual Contract Data Requirements List(s) (CDRLs) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection: Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF) 424, Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine if an offer is unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete; (b) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act; and (d) certification includes the following statement: “I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001)”. Announcement Period: The overarching announcement has no end date and is in effect until further closed or rescinded. Open Announcement Points of Contact: Address Technical Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Maj Montgomery, AFRL/RVBN Alternate: Harper Baird, AFRL/RVBN Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Ms. Ashley Patterson, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB NOTE: Individual Solicitation Points of Contact will be specified within the solicitation. Topic Areas and Topic Descriptions Note: ALL topics are controlled by security access requirements. 1. Nuclear System Development Develop foundational capabilities, requirements, strategies, and identify candidate technologies for enhanced nuclear surety. 2. Nuclear Systems Integration Integration nuclear and non-nuclear components of future U.S. nuclear experiment units for development and delivery to various U.S. integration and test organizations. 3. Nuclear System Flight Experimentation and Evaluation Development and delivery of nuclear systems to various U.S. test organizations. 4. Nuclear Explosion Monitoring Improve capabilities to detect, locate, discriminate and characterize the depths, yields and other emplacement conditions of nuclear explosions. 5. Nuclear Command, Control, and Communication Enable uninterrupted delivery of strategic and critical conventional data within contested and nuclear environments, via innovative new technologies and architectures. Support contractors: The AFRL Space Vehicles (RV) Directorate have contracted for various business and staff support services from the following companies. Aero Thermo Technology, 620 Discovery Drive Building I, Suite 110, Huntsville, Alabama 35806 Fury Solutions LLC, 1617 Ashmont CT, Xenia, OH 45385-7060 Apogee Engineering LLC, 8610 Explorer Drive Suite 305, Colorado Springs, CO 80920-1036 AFRL Space Vehicles (RV) Directorate require these contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a) Assembling and organizing information for R&D case files; b) Accessing library files for use by Government personnel; c) Handling and administration of proposals, contracts, contract funding and queries; and d) administering the tool that will be used for conducting white paper and proposal evaluations. These various business and staff support service contractors are prohibited from responding to this announcement. Offerors shall either complete paragraph (*) below or provide written objection to administrative access. Any objection to administrative access: a) Shall be provided in writing to the contracting officer within 10 days of RFP (or PRDA, BAA, etc., as appropriate) issuance; and b) Shall include a detailed statement of the basis for the objection. *I consent to administrative access, as defined above, by RD and RV business and staff support services contractors to any proprietary information submitted under this solicitation or delivered under any resulting contract.
Neutron Strategic Technology Advanced Research (Neutron-STAR) Advanced Research Announcement (ARA)
Amendment 3 - 09/09/2025: The above amendemnt changes/updates the following item: 1. Updates the QR code in the Trifold Brochure ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 2 - 09/03/2025: The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v3 dated 10 Jun 2025 with specific instructions pertaining to ROM cost estimates, and White Paper Delivery Instructions. Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of the Neutron-STAR Team. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment 1 - 8/15/2024 The above amendment changes/updates the following items: Extend date offers due Attach updated Neutron Star Industry User Guide v2 dated 14Aug24 with specific instruction pertaining to Topic 5 submissions Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: from Primary: Ms. Ashley Patterson, AFRL/RVKB to Mr. Ever Orozco-Perea, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB and Ms. Regina Alflen, AFRL/RVKB ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Federal Agency Name: Air Force Research Laboratory ARA Title: Neutron Strategic Technology Advanced Research (Neutron STAR) Advanced Research Announcement (ARA) ARA Type: This is an Open ARA; initial announcement SUBMISSION DATES ARE INDEFIINITE UNTIL FURTHER NOTICE PROGRAM SUMMARY: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 Procurement for Experimental Purposes. AFRL is interested in receiving white papers regarding nuclear-related research and development, including, but not limited to modeling and simulation of re-entry environments, materials characterization, nuclear explosion monitoring, and design, fabrication and experimentation of nuclear delivery. Dialogue between prospective Offerors and Government representatives is strongly encouraged. This solicitation intends to use the acquisition authority provided by 10 U.S.C. §4023. This authority applies to the acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, spaceflight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense relative to the parameters of this authority, and a strategy for verifying those intended benefits. *Please see the attached Neutron Star Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* BACKGROUND: AFRL’s Geo Space Division (RVBN) positions AFRL to steward, develop, and deliver leading technologies to the warfighter and the nuclear enterprise to ensure the National defense. Thus, proposed solutions should be innovative and substantially improve national defense capabilities across the domains of national nuclear deterrence operations. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas covered under this announcement may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Industry-Government Communication: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication shall be limited to the Contracting/Agreement Officer once full proposals are submitted for evaluation/review. Discussions should focus on understanding Government objectives and requirements, feasibility of prospective offeror approach, and prospective offeror prior similar efforts. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. Offerors are advised that only Contracting or Agreement Officers are legally authorized to contractually bind or otherwise commit the Government. ANNOUNCEMENT DETAILS: This is a HYBRID ANNOUNCEMENT. This announcement includes an open request for white papers as described below. Additionally, individual solicitations for white papers (Two-Step solicitation) and/or proposals (One-Step solicitation) related to discrete requirements may be issued. AFRL reserves the right to collapse a white paper (Two-Step solicitation) into a One-Step if the situation warrants and the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RVBN is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023, Procurement for Experimental Purposes. White papers submitted pursuant to the open announcement request follow the two-step procedures described below. White papers submitted under the open announcement request may be retained for 12 months. Open Announcement Submission: Unclassified White papers must be submitted to the Neutron Star Org Box at afrl.rvkb.afrlneutronstardms@us.af.mil. DO NOT DELIVER any classified portion of the white paper to this address. If it is determined that a classified white paper is required, please contact the Neutron STAR Org Mailbox for specific delivery instructions. Additional instructions for white paper submissions can be found in the Neutron STAR Industry User Guide attached to this announcement. Individual Solicitation Request: Individual Solicitations, except for Limited Solicitations, for white papers and proposals will be issued under this announcement via the Government Point of Entry (GPE) at https://sam.gov. Notification of Individual Solicitations may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Individual Solicitation Submissions: Submission requirements for Individual Solicitations will be specified in the solicitation details of each Individual Solicitation. Individual Solicitation Variations: Variations of the ARA Individual Solicitation process are available for use. The following types are commonly used but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all, part, or none of a proposal may be selected for award. Two-Step: The two-step process is used to request white papers and Rough Order of Magnitude (ROM) costs. The Individual Solicitation must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period, which will be identified in the individual solicitation. White papers submitted under the open announcement request may be retained for 12 months. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are processed and reviewed in accordance with the One-Step process. Limited Individual Solicitations: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Announcement Modifications: Due to the dynamically evolving nature of US nuclear deterrent mission and warfighter needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Government reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract, agreement or assistance instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 "Other Transaction for Research” 10 U.S.C. §4022 "Other Transaction for Prototype" 10 U.S.C. §4023 "Procurement for Experimental Purposes" 15 U.S.C §3710a – Cooperative Research and Developments Agreements 15 U.S.C §3715 – Partnership Intermediaries 32 C.F.R. §22.215 – Grants and Cooperative Agreements The Government anticipates that a mix of contract/ instrument types will be used throughout the life of this announcement. Generally, awards under this announcement or any Individual Solicitations may be Cost-Plus-Fixed Fee (Completion and Term), Cost Reimbursement, Firm Fixed Price, Cost Sharing, and Incentive. NOTE: If a Federal Acquisition Regulation (FAR) type contract is recommended as the award type authority, then the FAR clauses will be referenced at the Individual Solicitation level or within the Request for Proposal. The FAR and FAR supplement provisions and clauses will be incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If an assistance instrument (grants or cooperative agreements) is recommended as the award type, then articles and guidance found under DoDGARS, 200 CFR, OMB/DoD Policy shall be used and followed as appropriate. If an Other Transaction (OT) is recommended as the award type, then the FAR references and clauses will not apply. The terms and conditions of an OT agreement shall be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, Individual Solicitations may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more grants, agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Award Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Individual Solicitations may elect to provide a desired technical execution schedule for planning purposes. Deliverables: Hardware and software deliverables will be specified within a separately priced contract/award line items and data deliverables will be specified on individual Contract Data Requirements List(s) (CDRLs) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection: Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF) 424, Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine if an offer is unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete; (b) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act; and (d) certification includes the following statement: “I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001)”. Announcement Period: The overarching announcement has no end date and is in effect until further closed or rescinded. Open Announcement Points of Contact: Address Technical Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Maj Montgomery, AFRL/RVBN Alternate: Harper Baird, AFRL/RVBN Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of: Primary: Ms. Ashley Patterson, AFRL/RVKB Alternate: Mr. Isaac Thorp, AFRL/RVKB NOTE: Individual Solicitation Points of Contact will be specified within the solicitation. Topic Areas and Topic Descriptions Note: ALL topics are controlled by security access requirements. 1. Nuclear System Development Develop foundational capabilities, requirements, strategies, and identify candidate technologies for enhanced nuclear surety. 2. Nuclear Systems Integration Integration nuclear and non-nuclear components of future U.S. nuclear experiment units for development and delivery to various U.S. integration and test organizations. 3. Nuclear System Flight Experimentation and Evaluation Development and delivery of nuclear systems to various U.S. test organizations. 4. Nuclear Explosion Monitoring Improve capabilities to detect, locate, discriminate and characterize the depths, yields and other emplacement conditions of nuclear explosions. 5. Nuclear Command, Control, and Communication Enable uninterrupted delivery of strategic and critical conventional data within contested and nuclear environments, via innovative new technologies and architectures. Support contractors: The AFRL Space Vehicles (RV) Directorate have contracted for various business and staff support services from the following companies. Aero Thermo Technology, 620 Discovery Drive Building I, Suite 110, Huntsville, Alabama 35806 Fury Solutions LLC, 1617 Ashmont CT, Xenia, OH 45385-7060 Apogee Engineering LLC, 8610 Explorer Drive Suite 305, Colorado Springs, CO 80920-1036 AFRL Space Vehicles (RV) Directorate require these contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a) Assembling and organizing information for R&D case files; b) Accessing library files for use by Government personnel; c) Handling and administration of proposals, contracts, contract funding and queries; and d) administering the tool that will be used for conducting white paper and proposal evaluations. These various business and staff support service contractors are prohibited from responding to this announcement. Offerors shall either complete paragraph (*) below or provide written objection to administrative access. Any objection to administrative access: a) Shall be provided in writing to the contracting officer within 10 days of RFP (or PRDA, BAA, etc., as appropriate) issuance; and b) Shall include a detailed statement of the basis for the objection. *I consent to administrative access, as defined above, by RD and RV business and staff support services contractors to any proprietary information submitted under this solicitation or delivered under any resulting contract.
Industry Collaboration for the Kidney Precision Medicine Project (KPMP)
National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) of the National Institutes of Health (NIH) of the Department of Health and Human Services (DHHS) seeks Industry collaborators in NIH-sponsored multi-center clinical and molecular studies in people with Diabetic Kidney Disease, Hypertension-related Chronic Kidney Disease, or Acute Kidney Injury.National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) of the National Institutes of Health (NIH) of the Department of Health and Human Services (DHHS) seeks Industry collaborators in NIH-sponsored multi-center clinical and molecular studies in people with Diabetic Kidney Disease, Hypertension-related Chronic Kidney Disease, or Acute Kidney Injury.
J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
NOTICE OF INTENT TO AWARD SOLE SOURCE: IAW FAR 5.101 this notice is to advise the public that the Department of Veterans Affairs (VA) Regional Procurement Office East (RPOE), Network Contracting Office 4 (NCO 4) intends to award a sole source firm fixed price contract to Nanosonics Inc, for a base year with four (4) options years.
FD2030-26-00248
NSN: 2840-01-480-4614PR NOUN: LINER, COMBUSTION CH TOP DRAWING: 1465M95G11 EDL REVISION & DATE: 10 / 01 OCT 2025 MDC CODE: AAL IM NAME: FALCONER, MICHAEL S.
FD2030-24-02756-02
NSN: 1560-01-225-1800EK NOUN: LEADING EDGE, AIRCRA TOP DRAWING: L2102002-001 EDL REVISION & DATE: 4 / 18 SEP 2025 MDC CODE: ZQC IM NAME: BROWN, PERRY L.
FD2030-24-02764-02
NSN: 1560-01-502-4597EK NOUN: TIP, AIRCRAFT TOP DRAWING: L2100204-021 EDL REVISION & DATE: 6 / 01 OCT 2025 MDC CODE: ZQC IM NAME: BROWN, PERRY L.
FD2030-24-02763-02
NSN: 1560-01-166-1135EK NOUN: TRAILING EDGE, AIRCR TOP DRAWING: L2100164-021 EDL REVISION & DATE: 9 / 30 SEP 2025 MDC CODE: ZQC IM NAME: BROWN, PERRY L.
FD2030-24-02762-02
NSN: 1560-01-548-5077EK NOUN: TRAILING EDGE, AIRCR TOP DRAWING: L2100164-022 EDL REVISION & DATE: 7 / 22 SEP 2025 MDC CODE: ZQC IM NAME: BROWN, PERRY L.
16 - FMS REPAIR - BLADE, ROTARY WING
This is a sole source requirement for the repair of the following: Nomenclature: BLADE, ROTARY WING NSN: 7RE 1615 011589679 VH Part Number: 70150-29100-041 FMS Case: AT-P-GXO Critical Safety Item (CSI) RMC: 3C Qty: 12 NAVUP WSS Philadelphia intends to award this requirement on a sole source basis under an already established BOA. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. One or more of the items under this acquisition is subject to Free Trade Agreements. (FAR 52.225-3). One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. (FAR 52.225-5) These items require Government Source Approval prior to award. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure, which can be obtained on the internet at https://www.navsup.navy.mil/Business-Opportunities/Home/ Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Mrs. Dana Scott at the email address: dana.l.scott14.civ@us.navy.mil
FD2030-24-02758-02
NSN: 1560-01-274-9594EK NOUN: PANEL, STRUCTURAL, AI TOP DRAWING: L2104776-001 EDL REVISION & DATE: 8 / 02 OCT 2025 MDC CODE: ZQC IM NAME: BROWN, PERRY L.
Broad Other Transaction Authority Announcement (BOTAA) for Military Engineering and Engineered Resilient Systems
The U.S. Army Engineer Research and Development Center (ERDC) engages in research that addresses some of the world’s toughest challenges in Military Engineering (ME) and Engineered Resilient Systems (ERS). As a result, ERDC is requesting prototype concept white papers in response to this Broad Other Transaction Authority Announcement (BOTAA). This announcement is continuously open; white papers may be submitted and will be evaluated for the general requirements of this BOTAA at any time throughout the year. The availability of funds may limit the ability of the U.S. Government to make awards in specific areas, nevertheless white papers are sought under this BOTAA. This BOTAA is considered a compettive process. White papers will be evaluated against the criteria in this announcement without regard to other submissions under this announcement. Please visit ERDCWERX for more information and how to submit a white paper. https://www.erdcwerx.org/broad-other-transaction-authority-announcement/
Department of Defense Cyber Awareness Challenge Training
The Defense Information Systems Agency (DISA) is seeking sources for Department of Defense (DoD) Cyber Awareness Challenge Training. Please see attached Performance Work Statement for more information.
FD2020-22-00016
1560012240803WF CELL, FUEL, AIRCRAFT 17 IMAGES
CHEESE, PROCESSED for use in Domestic Food Assistance Programs.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. USDA’s Agricultural Marketing Service (AMS)-Commodity Procurement Program (CPP) issues a solicitation for procurement of the products listed in the attached solicitation for domestic food assistance programs. Deliveries are to various locations in the United States on an FOB destination basis (see solicitation). The solicitation may include various small business set-asides pursuant to the Small Business Act (15 U.S.C. 631, et seq.). This may include partial or total small business set-asides, service-disabled veteran-owned (SDVO) set-asides, quantities reserved for 8(a) and AbilityOne firms, and price evaluation preferences for qualified HUBZone small businesses. The solicitation is expected to be available on or after today and will be available electronically through USDA Web Based Supply Chain Management (WBSCM) located at https://portal.wbscm.usda.gov/publicprocurement and through a link to the aforementioned website in the documents attached to the solicitation notice on Contract Opportunities website. A hard copy of the solicitation will not be available for the acquisition. All future information regarding this acquisition, including solicitation amendments and award notices, will be published through WBSCM and Contract Opportunities website (https://sam.gov). Interested parties shall be responsible for ensuring that they have the most up-to-date information about this acquisition. The anticipated date of receipt for offers is listed above under “General Information.” The contract type will be firm-fixed-price. Pursuant to Agricultural Acquisition Regulation (AGAR), 470-103(b), commodities and the products of agricultural commodities acquired under this contract must be a product of the United States and shall be considered to be such a product if it is grown, processed, and otherwise prepared for sale or distribution exclusively in the United States. Packaging and container components under this acquisition will be the only portion subject to the World Trade Organization Government Procurement Agreement (WTO) (GPA), and Free Trade Agreements (FTA), as addressed by Federal Acquisition Regulation (FAR), clause 52.225-5. Complete details of the commodity and packaging requirements are available through the attached documents. AMS’s solicitation (when published) will specify the pack, sizes, quantities, and required delivery schedules. To be eligible to submit offers, potential contractors must meet the AMS vendor qualification requirements established in accordance with FAR Subpart 9.2. For information about becoming a qualified bidder, please reach out to newvendor@usda.gov . Details of these requirements and contact information are available online at: http://www.ams.usda.gov/selling-food. Once qualification requirements have been met, access to WBSCM will be provided. Bids, modifications, withdrawals of bids, and price adjustments shall be submitted using this system. Submission of the above by any means other than WBSCM will be determined nonresponsive. The attached solicitation should be read in conjunction with contract terms and conditions contained in the Master Solicitation for Commodity Procurements – Domestic Programs (MSCP-D) available on the AMS website at https://www.ams.usda.gov/selling-food/solicitations. Commodity specifications documents are referenced in the solicitation and can be accessed online at https://www.ams.usda.gov/selling-food/product-specs.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
FD2030-26-00263
NSN: 1680-01-010-5545RK NOUN: RECEPTACLE ASSEMBLY TOP DRAWING: 5-40674-22 EDL REVISION & DATE: 7 / 07 OCT 2025 MDC CODE: EMJ IM NAME: MOSELEY, MICK M.
FD2030-26-00207
NSN: 2840-01-445-5777NZ NOUN: DUCT, COMPRESSOR, AIR TOP DRAWING: 4082848 EDL REVISION & DATE: 8 / 15 DEC 2022 MDC CODE: W9D IM NAME: HAWKINS, KYM R.
ACTUATOR, ELECTRO-ME
See attached document.
Laundry Chemical Supplies and Maintenance
Department of Veterans Affairs, Network Contracting Office (NCO) 8, is conducting market research to determine potential qualified sources capable of providing Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC, 10,000 Bay Pines Blvd, Bay Pines, FL 33744. This is anticipated to be a firm-fixed price (FFP) Base plus 4 option periods. Period of performance is from 10/27/2025 – 10/26/2030.
FSR 535/536 Recondition & Resurfacing - Coconino NF
This project will consist of reconditioning and resurfacing approximately 4.00 miles on FSR 535 and the removal and replacement of 6 culverts on FSR 535 and FSR 536. Optional work items A and B include reconditioning and resurfacing of approximately 1.41 additional miles on FSR 535. Reconditioning work will consist of redefining ditch lines, shoulders, the roadbed and roadway, and the aggregate surface of the road. For crushed aggregate surfacing the project will utilize a government material source located at Big Draw Pit which is accessed from FSR 231B, approximately 9 miles from the junction of FSR 535 and AZ-89A. Bedding Material and Structural Backfill for culvert installations shall be obtained from commercial sources. Removed culverts shall be hauled off government lands and disposed of in accordance with local, state, and federal regulations, per FP-14 Section 203.05.
FD2020-22-00020
6625016772062WF INSTALLATION KIT 3 IMAGES
61--MOTOR,DIRECT CURREN
Proposed procurement for NSN 6105012461658 MOTOR,DIRECT CURREN: Line 0001 Qty 30 UI EA Deliver To: DLA DISTRIBUTION DEPOT HILL By: 0378 DAYS ADO Approved source is 91816 C2350-0017. The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes may be submitted electronically.
2025 Army Geospatial Center (AGC) Broad Agency Announcement (BAA)
The Army Geospatial Center (AGC), is soliciting proposals in accordance with FAR 35.016 relating to the advancement of the state-of-the-art and increasing knowledge or understanding in any of the geospatial research topic areas identified in this solicitation. This announcement is open for 365 days from the original posting date. Any white papers or proposals received during that time shall only be considered for award of a contract, not for any other transaction, grant, or cooperative agreement.
QBI Topic Independent Verification and Validation (IV&V)
The Defense Advanced Research Projects Agency (DARPA) is issuing a Quantum Benchmarking Initiative topic (QBIT) inviting submissions of innovative infrastructure, equipment, and expertise available to provide independent verification and validation (IV&V) support for DARPA’s Quantum Benchmarking Initiative (QBI), described in the QBI 2026 Program Announcement (PA), DARPA-PA-26-02. All proposals in response to the technical area(s) described herein will be submitted to DARPA-PA-26-02-01 and, if selected, will result in an award of an Other Transaction (OT) for Research project. To view the original DARPA Program Announcement for QBI 2026, visit SAM.gov under solicitation number DARPA-PA-26-02: https://sam.gov/workspace/contract/opp/c26b38bf041a4d70b00ed619bebb4773/view
Q999--621I-R4, RFP-797-FSS-00-0115-R4 Solicitation and Amendment # 1
VA Federal Supply Schedule (FSS) Schedule 621 I Solicitation RFP-797-FSS-00-0115-R4 (for Professional and Allied Healthcare Staffing Services). FSS Professional & Allied Healthcare Staffing Service contracts are awarded for physicians, audiologists, EMT paramedics, dental related services, respiratory therapy, physical/recreational therapy, perfusionist, occupational therapy, licensed practical/vocational nurse, medical/nurse assistant, cytotechnologist, kinesiotherapist, orthotist/prosthetist, ophthalmic services, genetic counselor, clinical laboratory science services, counseling related services, dietitian/nutritionist, surgical technologist, radiologic technology services, certified pharmacy technician, certified registered nurse anesthetist, nurse practitioner, dosimetrist, general clinical technologist, chiropractor, certified/licensed midwife, electroneurdiagnostic technologist, and physicist.
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