Federal Contract Opportunities

Showing 1,001-1,050 of 2,359 opportunities

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

Broad Agency Announcement for Advanced Battle Management Systems (ABMS)

24 Apr 2024 Call 005, Call Sensors & Cyber Electro Magnetic Activities BAA 19 Mar 2024 Call 003 Amendment 5 Minor administrative changes (owning organization updated from Air Force Life Cycle Management Center Architecture and Integration Directorate (AFLCMC/XA) to Command, Control, Communication for Battle Management (AFLCMC/C3)); updated contact information in Section 1; additional Proposal Due Dates added in Section 5. 19 Dec 2023 Request for Information Battlespace Command & Control Center (BC3) Software Acquisition (see attachments). 9 Aug 2023 Request for Information Content Delivery Network (see attachments). 8 April 2023 Call 002 Request for Information (see attachments). 10 February 2022 Call 001 / Call 002 Amendment 5 As of this date, the Government is no longer accepting new proposals / concept papers in response to these Calls. The Government will issue a further Amendment to these Calls or a separate Call if it desires to request additional proposals / concept papers in the future. 3 June 2021 Call 001 Amendment 4 Primary and Alternate Contacts updated. 3 June 2021 Call 002 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted. 3 June 2021 Call 003 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, due dates updated, On-Ramp Exercise paragraph deleted. 15 April 2021 Call 001 Amendment 3: Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLMCM/XA), ABMS changed to JADC2, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted 20 November 2020 Call 003: Attachments added 20 November 2020 Broad Agency Announcement Guide: Updated to Attachments/Links 10 November 2020 Broad Agency Announcement Guide: Added to Attachments/Links 10 November 2020 Call 003: Section 3 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 002: Broad Agency Announcement (BAA) Guide for Industry is included in the Attachments/Links section; Section 4 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 001: No Updates. Reattached Amendment 2 as posted 30 September 2020. 30 September 2020: Call 001: Updated contact information for “Primary” in Section 1; Basis of Proposal Evaluation, Technical criteria and Past experience criteria updated in Section 3; Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 002: Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 003: Updated contact information for “Primary” in Section 1; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 3; Proposal Due Dates updated in Section 5 30 September 2020: Frequently Asked Questions Were updated 10 June 2020: Model IDIQ Contract added to attachments and links. 08 June 2020: : Call 001: Updated contact information for “Alternate” in Section 1; added Not-To-Exceed amount in Section 3, Volume 2 paragraph; added “Section 4: Planned Demonstrations/Exercises/On-Ramp Events”; model ID/IQ contract added as an attachment 08 June 2020: : Call 002: Updated contact information for “Alternate” in Section 1 and “Section 4: Planned Demonstrations/Exercises/On-Ramp Events” added 08 June 2020: : Call 003: Updated contact information for “Alternate” in Section 1 03 June 2020: Administrative update to the include 'FA8612 AFLCMC CAIO' as the issuing office. 24 April 2020: Amendment 003 issued to publish Call 003 requesting responses for technologies and solutions to support future ABMS technology demonstrations at no cost via a Cooperative Research and Development Agreement (CRADA.) 10 March 2020: Amendment 002 issued to publish a Frequently Asked Questions (FAQ) document to address questions received on Calls 001 and 002. 03 March 2020: Amendment 001 issued to publish Call 002 requesting responses for ideas, technologies and solutions to support the ABMS. 28 February 2020: Original Announcement issued to publish the BAA and Call 001 requesting responses to participate on the ABMS/ID/IQ contract. The Air Force Lifecycle Management Center, Advanced Battle Management Systems (ABMS) Chief Architect Integration Office (CAIO) releases the Broad Agency Announcement for Advanced Battle Management Systems (ABMS) Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Issue Date: 28 February 2020 NOTE This is only an announcement; PLEASE DO NOT SUBMIT PROPOSALS IN RESPONSE. Subsequent calls will be issued under this announcement to solicit proposals for specific efforts. Please refer to the attachment section of this announcement for the calls. Publication of this announcement does not obligate the DoD to review any white papers submission beyond an initial administrative review, or to award any specific project, or to obligate any available funds. Executive Summary In order to effectively engage peer and near-peer adversaries, the U.S. Air Force needs to develop, acquire and operate systems as a unified force across all domains (air, land, sea, space, cyber, and electromagnetic spectrum). The Department of the Air Force Rapid Capabilities Office (DAFRCO) in partnership with the Air Force Life Cycle Management Center Command, Control, Communication for Battle Management (AFLCMC/C3) seeks to develop a cross-cutter portfolio of complimentary/ linked projects and programs to support Joint All-Domain Command & Control (JADC2) and the Advanced Battle Management System (ABMS). The Air Force intends to facilitate the rapid exploration and maturation of innovative technologies. The Air Force will support future operations by providing the critical surveillance, tactical edge communications, processing, networking, and battle management command and control capabilities to the joint warfighting force. ABMS is not envisioned as a single program of record, but rather an open architecture family of systems that enables capabilities via multiple integrated platforms. ABMS will realize the vision of JADC2 to enhance and expand capabilities by enabling any sensor to inform any shooter in any domain—land, sea, air, space, and cyberspace. In an interview with Air Force Magazine in April 2019, General Goldfein stated, “It is a significant move for the Air Force to shift from a platform solution on command and control and battle management to a network solution going forward, and our future in the business of joint warfighting is to ensure that we’re taking every sensor and every shooter and connecting them together to overwhelm an adversary”. Our aim is to have intelligence and targeting data transformed into timely and actionable information through trusted networks and intelligent algorithms that enable our people to focus on decisions. In this construct, information is a service, rather than a platform, and the layers of sensing and the communication pathways will provide reliability and assurance in contested environments. General Information Federal Agency Name: AFLCMC/C3 Broad Agency Announcement Title: Advanced Battle Management System Broad Agency Announcement Type: This is the initial announcement. Broad Agency Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Closing Date: This BAA will remain open until 31 December 2026, unless superseded, amended, or cancelled. Periodically, but no less than annually, the BAA will be assessed and updates will be issued via amendment. BAA Calls: As applicable, individual calls for white papers or proposals for specific technology areas of interest will be issued under this BAA announcement. BAA calls may utilize the 1-Step or 2-Step process for propsals. Each call will identify: the process being used; specific details regarding the call technical topic area; submission instructions, to include due dates; review, evaluation and selection criteria; and any other relevant information specific to the call. Address contracting questions to the Contracting POC: Mr. Marcus Green marcus.green.7@us.af.mil Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the FAR or Other Transaction (OT) for Prototype. Rights in Technical Data, Computer Software and Computer Software Documentation: It is the Government's intention to acquire only the delivery of technical data and computer software and the rights in that technical data and computer software that is necessary to satisfy agency needs, and this will be negotiated on a case-by-case basis. Industry Classification and Business Size Standards: The North American Industry Classification System (NAICS) code for this announcement is 541715 - Research and Development Physical, Engineering, and Life Sciences with a small business size standard of 1000 employees. Eligibility Information: Although participation is encouraged, no portion of this BAA is set-aside for small businesses, to include veteran-owned, service-disabled veteran-owned, Historically Underutilized Business Zone (HUBZone) program, small disadvantaged, women-owned, and historically black colleges and universities and minority institutions. Foreign or foreign-owned contractors are advised that their participation, while not precluded, is subject to foreign disclosure review procedures. Foreign contractors should contact the Primary Contracting POC identified in each specific call if they contemplate responding to this BAA. Disclaimers/Notifications: The U.S. Air Force reserves the right to select all, some, partial white paper content, or none of the white papers received in response to this BAA throughout its term. The U.S. Air Force reserves the right to initiate clarification of white papers and other material submitted in response to this BAA with Offerors when deemed necessary. All awards are subject to the availability of funds. Offerors will not be reimbursed for white paper development costs. There shall be no basis for claims against the Government as a result of any information submitted in response to this BAA. White papers and other material submitted with the white paper for review purposes under this BAA will not be returned.

Deadline: 12/31/2026
Posted: 5/20/2025
Special NoticeNAICS: 541715.0

MDA Agile Professional Services Solution (MAPSS)

Update 4AUG25, MAPSS Organizational Conflict of Interest Guiding Principles has been published. Tranche 1 is active, all questions/comments must be sent to the Ordering Contracting Officer. Update 4FEB25, MAPSS Acquisition Strategy has been approved. White paper outlining tranches, estimated solicitation dates, NAICS/PSC determinations are being provided. Update 4NOV24, MAPSS Tranche and Crosswalk update provided. Specific dates for FOPR/RFP release & award cannot be provided at this time. Update 23OCT24, The following requirements, previously identified as Tranche 1, are being moved to Tranche 3: Core Engineering, Sensors and C2 Engineering, Ground Based Weapons Engineering & Sea Based Weapons System Engineering. Update 16Sep24, RFIs for Tranche 1, Tranche 2 and Tranch 6 have been updated. Please see v2 of the referenced documents. RFI responses for all Tranches are due 3 Oct 2024. This special notice is open until 4 oct 2025 to allow us to continue posting updates under the original MAPSS announcement. Update 13Sep24, RFIs for Tranches 1-6 are provided. Responses are due 12:00p.m. CST on Thursday, 3 Oct 24. Participation is voluntary, but encouraged if your company is interested in competing for a future MAPSS requirements. This is initial market research to solicit Industry’s feedback which will be used to form the basis of the overall MAPSS Acquisition Strategy. Market research will be refreshed in future years - by tranche - to ensure the Acquisition Strategy remains relevant. The final NAICS determination and contract vehicle for each requirement/capability area will depend on the group of work solicited at the time of proposal request. Update 1Aug 24, MAPSS Small Business Conference powerpoint presentation is now available. Update 3April24 MAPSS Industry Day Webinar Questions & Government Responses have been posted. Update 2April24. MAPSS Industry Day Webinar Presentation is now available. Update 1March24. 1) Special Notice for Industry Day Webinar updated. If you plan to attend, please see updated attached notice for more information. Registration now closes COB 21 March 2024. 2) Please see attached updated MAPSS Request for Information (RFI) Industry Survey. Response deadline extended to COB 5 April 2024. Update 14Feb24. Please see attached MAPSS Request for Information (RFI) Industry Survey. Responses are due COB 15 March 2024. Update 9Feb24, This Special Notice is to provide information on the Industry Day Webinar for the MDA MAPSS acquisition. This Industry Day Webinar is scheduled for 22 Mar 2024 and is open to all potential offers. If you plan to attend, please see the attached notice for more information. Registration closes 19 Mar 2024. Update 29Jan24, The Government is providing an informational paper. Inquiries regarding MAPSS should be submitted by email to MAPSS@mda.mil. Update- The Government is providing an update to the MAPSS Tranches. This special notice is intended to communicate to industry the projected general approach for the MDA Agile Professional Services Solutions (MAPSS) procurement which is the follow-on to TEAMS-Next. MAPSS is MDA’s fourth generation professional services program providing Advisory and Assistance Services support for the Agency. Under the MAPSS Program, the Government intends to conduct market research and acquisition strategy development incrementally in 4 tranches to help ensure decisions are relevant for requirements that in some cases won’t begin until FY 2029. Requirements structure, NAICS Codes, small business set-aside decisions, and other elements of the strategy informed by market conditions will be determined based on current market research during planning for each tranche. As part of the market research for the first tranche, MDA is evaluating the potential use of the General Services Administration’s (GSA) OASIS+ Best-in-Class (BIC) Indefinite Delivery Indefinite Quantity (IDIQ) Multi-Agency Contracts (MAC). Industry is encouraged to prepare and posture themselves to compete in this environment in the event that MDA determines that the OASIS+ Contracts best accommodate the Government’s requirements. Vendors interested in learning more about OASIS+ can find information on GSA’s Interact Portal (https://buy.gsa.gov/interact/community/196/activity-feed). THIS IS NOT A REQUEST FOR INFORMATION. The Government is not requesting responses to this notice. Further notifications, market research, and solicitation activities for requirements under the MAPSS Program will be posted at a later time. Approved for Public Release 23-MDA-11573 (1 Sep 23)

Deadline: 12/31/2026
Posted: 8/4/2025
Special NoticeNAICS: None

MDA Agile Professional Services Solution (MAPSS)

Update 4AUG25, MAPSS Organizational Conflict of Interest Guiding Principles has been published. Tranche 1 is active, all questions/comments must be sent to the Ordering Contracting Officer. Update 4FEB25, MAPSS Acquisition Strategy has been approved. White paper outlining tranches, estimated solicitation dates, NAICS/PSC determinations are being provided. Update 4NOV24, MAPSS Tranche and Crosswalk update provided. Specific dates for FOPR/RFP release & award cannot be provided at this time. Update 23OCT24, The following requirements, previously identified as Tranche 1, are being moved to Tranche 3: Core Engineering, Sensors and C2 Engineering, Ground Based Weapons Engineering & Sea Based Weapons System Engineering. Update 16Sep24, RFIs for Tranche 1, Tranche 2 and Tranch 6 have been updated. Please see v2 of the referenced documents. RFI responses for all Tranches are due 3 Oct 2024. This special notice is open until 4 oct 2025 to allow us to continue posting updates under the original MAPSS announcement. Update 13Sep24, RFIs for Tranches 1-6 are provided. Responses are due 12:00p.m. CST on Thursday, 3 Oct 24. Participation is voluntary, but encouraged if your company is interested in competing for a future MAPSS requirements. This is initial market research to solicit Industry’s feedback which will be used to form the basis of the overall MAPSS Acquisition Strategy. Market research will be refreshed in future years - by tranche - to ensure the Acquisition Strategy remains relevant. The final NAICS determination and contract vehicle for each requirement/capability area will depend on the group of work solicited at the time of proposal request. Update 1Aug 24, MAPSS Small Business Conference powerpoint presentation is now available. Update 3April24 MAPSS Industry Day Webinar Questions & Government Responses have been posted. Update 2April24. MAPSS Industry Day Webinar Presentation is now available. Update 1March24. 1) Special Notice for Industry Day Webinar updated. If you plan to attend, please see updated attached notice for more information. Registration now closes COB 21 March 2024. 2) Please see attached updated MAPSS Request for Information (RFI) Industry Survey. Response deadline extended to COB 5 April 2024. Update 14Feb24. Please see attached MAPSS Request for Information (RFI) Industry Survey. Responses are due COB 15 March 2024. Update 9Feb24, This Special Notice is to provide information on the Industry Day Webinar for the MDA MAPSS acquisition. This Industry Day Webinar is scheduled for 22 Mar 2024 and is open to all potential offers. If you plan to attend, please see the attached notice for more information. Registration closes 19 Mar 2024. Update 29Jan24, The Government is providing an informational paper. Inquiries regarding MAPSS should be submitted by email to MAPSS@mda.mil. Update- The Government is providing an update to the MAPSS Tranches. This special notice is intended to communicate to industry the projected general approach for the MDA Agile Professional Services Solutions (MAPSS) procurement which is the follow-on to TEAMS-Next. MAPSS is MDA’s fourth generation professional services program providing Advisory and Assistance Services support for the Agency. Under the MAPSS Program, the Government intends to conduct market research and acquisition strategy development incrementally in 4 tranches to help ensure decisions are relevant for requirements that in some cases won’t begin until FY 2029. Requirements structure, NAICS Codes, small business set-aside decisions, and other elements of the strategy informed by market conditions will be determined based on current market research during planning for each tranche. As part of the market research for the first tranche, MDA is evaluating the potential use of the General Services Administration’s (GSA) OASIS+ Best-in-Class (BIC) Indefinite Delivery Indefinite Quantity (IDIQ) Multi-Agency Contracts (MAC). Industry is encouraged to prepare and posture themselves to compete in this environment in the event that MDA determines that the OASIS+ Contracts best accommodate the Government’s requirements. Vendors interested in learning more about OASIS+ can find information on GSA’s Interact Portal (https://buy.gsa.gov/interact/community/196/activity-feed). THIS IS NOT A REQUEST FOR INFORMATION. The Government is not requesting responses to this notice. Further notifications, market research, and solicitation activities for requirements under the MAPSS Program will be posted at a later time. Approved for Public Release 23-MDA-11573 (1 Sep 23)

Deadline: 12/31/2026
Posted: 8/4/2025
Special Notice

Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)

***Amendment 002: This amendment incorporates two FAR class deviations to ensure compliance with Executive Orders 14148, 14173, 14168, and 14208, issued since January 20, 2025. It also removes FAR clauses and provisions that did not comply with FAR Part 12 procedures for the acquisition of commercial products and services and AGAR clauses and provisions that have been rescinded.*** **Amendment 001 ** Changes Solicitation offer due date to: This solicitation will remain Open and Continuous. Proposals for this BPA may be received for the life of the BPA. Proposals will be evaluated at the convenience of the Forest Service. Adds the following Forests to the BPA: Angeles, Cleveland, Los Padres, and San Bernardino National Forests. Changes Small Business Size Standard for NAICS 115310 from $8 Million to $30 Million for future call orders. Replaces the Solicitation and Appendix A in their enterity, updating with additional Forest information. Updates contact information for BPA. The PSW Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: This US Forest Service Stewardship BPA will cover Federal and local agency lands within 150 miles of the boundaries of the Angeles, Cleveland, Eldorado, Inyo, Klamath, Lassen, LTBMU, Los Padres, Mendocino, Modoc, Plumas, San Bernardino, Sequoia, Shasta-Trinity, Sierra, Six Rivers, Stanislaus, and Tahoe National Forest in California. Work may also be accomplished on private lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) Service-based IRSC that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. Offers must be emailed to Mark Phillipp and Matt Daigle for consideration.

Deadline: 1/1/2027
Posted: 8/25/2025
SolicitationNAICS: 115310.0

Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)

***Amendment 002: This amendment incorporates two FAR class deviations to ensure compliance with Executive Orders 14148, 14173, 14168, and 14208, issued since January 20, 2025. It also removes FAR clauses and provisions that did not comply with FAR Part 12 procedures for the acquisition of commercial products and services and AGAR clauses and provisions that have been rescinded.*** **Amendment 001 ** Changes Solicitation offer due date to: This solicitation will remain Open and Continuous. Proposals for this BPA may be received for the life of the BPA. Proposals will be evaluated at the convenience of the Forest Service. Adds the following Forests to the BPA: Angeles, Cleveland, Los Padres, and San Bernardino National Forests. Changes Small Business Size Standard for NAICS 115310 from $8 Million to $30 Million for future call orders. Replaces the Solicitation and Appendix A in their enterity, updating with additional Forest information. Updates contact information for BPA. The PSW Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: This US Forest Service Stewardship BPA will cover Federal and local agency lands within 150 miles of the boundaries of the Angeles, Cleveland, Eldorado, Inyo, Klamath, Lassen, LTBMU, Los Padres, Mendocino, Modoc, Plumas, San Bernardino, Sequoia, Shasta-Trinity, Sierra, Six Rivers, Stanislaus, and Tahoe National Forest in California. Work may also be accomplished on private lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) Service-based IRSC that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Curtis Yocum, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, curtis.yocum@usda.gov Matt Daigle, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, matthew.daigle@usda.gov Brad Seaberg, R5 Timber Program Lead, bradford.seaberg@usda.gov. Questions must be submitted in writing and emailed to Curtis Yocum, Matt Daigle and Brad Seaberg. If you have issues downloading the solicitation attachments, contact Nikki Layton at nikki.layton@usda.gov. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. Offers must be emailed to Mark Phillipp and Matt Daigle for consideration.

Deadline: 1/1/2027
Posted: 3/24/2025
SolicitationNAICS: 115310.0

Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)

**Amendment 001 ** Changes Solicitation offer due date to: This solicitation will remain Open and Continuous. Proposals for this BPA may be received for the life of the BPA. Proposals will be evaluated at the convenience of the Forest Service. Adds the following Forests to the BPA: Angeles, Cleveland, Los Padres, and San Bernardino National Forests. Changes Small Business Size Standard for NAICS 115310 from $8 Million to $30 Million for future call orders. Replaces the Solicitation and Appendix A in their enterity, updating with additional Forest information. Updates contact information for BPA. The PSW Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: This US Forest Service Stewardship BPA will cover Federal and local agency lands within 150 miles of the boundaries of the Angeles, Cleveland, Eldorado, Inyo, Klamath, Lassen, LTBMU, Los Padres, Mendocino, Modoc, Plumas, San Bernardino, Sequoia, Shasta-Trinity, Sierra, Six Rivers, Stanislaus, and Tahoe National Forest in California. Work may also be accomplished on private lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) Service-based IRSC that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Curtis Yocum, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, curtis.yocum@usda.gov Matt Daigle, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, matthew.daigle@usda.gov Brad Seaberg, R5 Timber Program Lead, bradford.seaberg@usda.gov. Questions must be submitted in writing and emailed to Curtis Yocum, Matt Daigle and Brad Seaberg. If you have issues downloading the solicitation attachments, contact Nikki Layton at nikki.layton@usda.gov. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. Offers must be emailed to Mark Phillipp and Matt Daigle for consideration.

Deadline: 1/1/2027
Posted: 4/11/2023
SolicitationNAICS: 115310.0

Intermountain Stewardship BPA

**Amendment 001 corrects the offer due date in box 8 of the SF-1449 and replaces the solicitation to correct an error on the Schedule of Items. Replaced the Wyoming listing for the Caribou Targhee National Forest with the the Bridger Teton National Forest.** ***This solicitation will remain open to receipt fo proposals at any time. Initial evaluations are requested to be submitted by April 12, 2023 for potential projects in the 2023 field season*** The Intermountain Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Intermountain stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Restoration project areas in Idaho, Nevada, Utah and Western Wyoming. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Boise, Payette, Salmon-Challis, Sawtooth, Caribou-Targhee, Humboldt-Toiyabe, Ashely, Dixie, Fishlake, Manti-Lasal, Uinta-Wasatch-Cache and Bridger-Teton National Forests. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards may be made to this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Point of contact for this solicitation is: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Please submit Questions in writing and email to Matt Daigle. If you have issues downloading the solicitation attachments, contact Matt Daigle at matthew.daigle@usda.gov . The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. There is an Open Invitation to an informational and instructional meeting for industry and interested contractors Wednesday, March 15, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 106 229 234# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. A second meeting has been set for Wednesday, March 29, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 603 042 939# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. Please email your offers to Mark Phillipp mark.phillipp@usda.gov, and Matt Daigle matthew.daigle@usda.gov by 5:00 p.m. PT on Wednesday, April 12, 2023 for the initial evaluation period.

Deadline: 1/1/2027
Posted: 3/2/2023
SolicitationNAICS: 115310.0

Intermountain Stewardship BPA

***This solicitation will remain open to receipt fo proposals at any time. Initial evaluations are requested to be submitted by April 12, 2023 for potential projects in the 2023 field season*** The Intermountain Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Intermountain stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Restoration project areas in Idaho, Nevada, Utah and Western Wyoming. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Boise, Payette, Salmon-Challis, Sawtooth, Caribou-Targhee, Humboldt-Toiyabe, Ashely, Dixie, Fishlake, Manti-Lasal, Uinta-Wasatch-Cache and Bridger-Teton National Forests. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards may be made to this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Point of contact for this solicitation is: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Please submit Questions in writing and email to Matt Daigle. If you have issues downloading the solicitation attachments, contact Matt Daigle at matthew.daigle@usda.gov . The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. There is an Open Invitation to an informational and instructional meeting for industry and interested contractors Wednesday, March 15, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 106 229 234# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. A second meeting has been set for Wednesday, March 29, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 603 042 939# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. Please email your offers to Mark Phillipp mark.phillipp@usda.gov, and Matt Daigle matthew.daigle@usda.gov by 5:00 p.m. PT on Wednesday, April 12, 2023 for the initial evaluation period.

Deadline: 1/1/2027
Posted: 2/24/2023
SolicitationNAICS: 115310.0

Intermountain Stewardship BPA

***This solicitation will remain open to receipt fo proposals at any time. Initial evaluations are requested to be submitted by April 12, 2023 for potential projects in the 2023 field season*** The Intermountain Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Intermountain stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Restoration project areas in Idaho, Nevada, Utah and Western Wyoming. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Boise, Payette, Salmon-Challis, Sawtooth, Caribou-Targhee, Humboldt-Toiyabe, Ashely, Dixie, Fishlake, Manti-Lasal, Uinta-Wasatch-Cache and Bridger-Teton National Forests. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards may be made to this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Point of contact for this solicitation is: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Please submit Questions in writing and email to Matt Daigle. If you have issues downloading the solicitation attachments, contact Matt Daigle at matthew.daigle@usda.gov . The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. There is an Open Invitation to an informational and instructional meeting for industry and interested contractors Wednesday, March 15, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 106 229 234# or use the link below to join on your personal computer. Intermountain Stewardship BPA- Q&A Meeting 1 A second meeting has been set for Wednesday, March 29, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 603 042 939# or use the link below to join on your personal computer. Intermountain Stewardship BPA-Q&A Meeting 2 Please email your offers to Mark Phillipp mark.phillipp@usda.gov, and Matt Daigle matthew.daigle@usda.gov by 5:00 p.m. PT on Wednesday, April 12, 2023 for the initial evaluation period.

Deadline: 1/1/2027
Posted: 2/24/2023
SolicitationNAICS: 115310.0

Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)

**Amendment 001 ** Changes Solicitation offer due date to: This solicitation will remain Open and Continuous. Proposals for this BPA may be received for the life of the BPA. Proposals will be evaluated at the convenience of the Forest Service. Adds the following Forests to the BPA: Angeles, Cleveland, Los Padres, and San Bernardino National Forests. Changes Small Business Size Standard for NAICS 115310 from $8 Million to $30 Million for future call orders. Replaces the Solicitation and Appendix A in their enterity, updating with additional Forest information. Updates contact information for BPA. The PSW Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: This US Forest Service Stewardship BPA will cover Federal and local agency lands within 150 miles of the boundaries of the Angeles, Cleveland, Eldorado, Inyo, Klamath, Lassen, LTBMU, Los Padres, Mendocino, Modoc, Plumas, San Bernardino, Sequoia, Shasta-Trinity, Sierra, Six Rivers, Stanislaus, and Tahoe National Forest in California. Work may also be accomplished on private lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) Service-based IRSC that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Curtis Yocum, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, curtis.yocum@usda.gov Matt Daigle, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, matthew.daigle@usda.gov Brad Seaberg, R5 Timber Program Lead, bradford.seaberg@usda.gov. Questions must be submitted in writing and emailed to Curtis Yocum, Matt Daigle and Brad Seaberg. If you have issues downloading the solicitation attachments, contact Nikki Layton at nikki.layton@usda.gov. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. Offers must be emailed to Mark Phillipp and Matt Daigle for consideration.

Deadline: 1/1/2027
Posted: 12/30/2022
SolicitationNAICS: 115310.0

Intermountain Stewardship BPA

*** Amendment 002 : This amendment incorporates two FAR class deviations to ensure compliance with Executive Orders 14148, 14173, 14168, and 14208, issued since January 20, 2025. It also removes AGAR clauses and provisions that have been rescinded.*** **Amendment 001 corrects the offer due date in box 8 of the SF-1449 and replaces the solicitation to correct an error on the Schedule of Items. Replaced the Wyoming listing for the Caribou Targhee National Forest with the the Bridger Teton National Forest.** ***This solicitation will remain open to receipt fo proposals at any time. Initial evaluations are requested to be submitted by April 12, 2023 for potential projects in the 2023 field season*** The Intermountain Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Intermountain stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Restoration project areas in Idaho, Nevada, Utah and Western Wyoming. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Boise, Payette, Salmon-Challis, Sawtooth, Caribou-Targhee, Humboldt-Toiyabe, Ashely, Dixie, Fishlake, Manti-Lasal, Uinta-Wasatch-Cache and Bridger-Teton National Forests. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards may be made to this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Point of contact for this solicitation is: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Please submit Questions in writing and email to Matt Daigle. If you have issues downloading the solicitation attachments, contact Matt Daigle at matthew.daigle@usda.gov . The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. There is an Open Invitation to an informational and instructional meeting for industry and interested contractors Wednesday, March 15, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 106 229 234# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. A second meeting has been set for Wednesday, March 29, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 603 042 939# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. Please email your offers to Mark Phillipp mark.phillipp@usda.gov, and Matt Daigle matthew.daigle@usda.gov by 5:00 p.m. PT on Wednesday, April 12, 2023 for the initial evaluation period.

Deadline: 1/1/2027
Posted: 3/24/2025
SolicitationNAICS: 115310.0

**UPDATE **Special Notice "Response to RFI and Summary of Key Changes" Defense Intelligence Agency Missile and Space Intelligence Center Industry Engagement Technical Exchange Meeting

The Virginia Contracting Activity (VaCA) intends to release a Request for Proposal (RFP) for Contract Operations for Missile Evaluation and Testing (COMET) tentatively scheduled for September 2025. The following details are provided as required by FAR 5.207: 1. Requirements Name: Contract Operations for Missile Evaluation and Testing (COMET) 2. Proposed Solicitation Number: HHM402-25-COMET (TBD) 3. Product Service Code (PSC): AC23 National Defense R&D Services; Atomic energy defense activities; Experimental Development 4. Planned Solicitation Release Date: TBD 2025 5. Planned Solicitation Response Closing Date: TBD 2025 6. Contracting Office Address: 4545 Fowler Road, Redstone Arsenal, AL 7. Contracting Office Zip Code: 35898 8. Contracting Officer: Noryem Maldonado 9. Description: Missile and Space Intelligence Center requires contract support for research, development, and sustainment of new and existing, hardware, systems, and software capabilities, and foundational military intelligence (FMI) enabling all-source analysis and production for the DIA, Department of Defense (DoD), and national level intelligence efforts. MSIC also requires contract support to provide the Defense Intelligence Enterprise (DIE) and its mission partners analysis and analytical enabling services support. The planned period of performance (PoP) for the anticipated Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract will be a five (5) year base ordering period with a five (5) year option ordering period. Supporting task orders may have up to a one (1) year base period and up to four (4) option periods (no option period will exceed one (1) year in duration). 1. Place of Contract Performance: TBD 2. Set-Aside Status: Multiple Award IDIQ contract Full and Open Competition. The Government anticipates issuing a Multiple Award Indefinite Delivery/Indefinite Quality type contract, whereby funds are obligated by issuance of individual Task Orders. The resulting contract will have provisions for Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time- and-Material Task Orders. The future RFP is likely to be issued on unrestricted competition basis. Subcontracting plans will be required where applicable. Offerors must be registered in the System for Award Management (www.sam.gov) to conduct business with this Government organization. Place of performance shall be determined at a later date. While the Statement of Work for each Task Order effort may not be classified, a TOP SECRET facility clearance is required and personnel working on Task Orders under the contract, whether or not performance is at MSIC facilities, must have a TS/SCI Clearance prior to working on the effort. The Pre-Solicitation Notice/Sources Sought is provided for informational purposes only and IS NOT a REQUEST FOR PROPOSALS (RFP). PROPOSALS WILL NOT BE ACCEPTED.

Deadline: 1/2/2027
Posted: 8/29/2025
PresolicitationNAICS: 541715.0

**UPDATE **Special Notice "Opportunity for Small Business Participation in COMET" Defense Intelligence Agency Missile and Space Intelligence Center Industry Engagement Technical Exchange Meeting

The Virginia Contracting Activity (VaCA) intends to release a Request for Proposal (RFP) for Contract Operations for Missile Evaluation and Testing (COMET) tentatively scheduled for September 2025. The following details are provided as required by FAR 5.207: 1. Requirements Name: Contract Operations for Missile Evaluation and Testing (COMET) 2. Proposed Solicitation Number: HHM402-25-COMET (TBD) 3. Product Service Code (PSC): AC23 National Defense R&D Services; Atomic energy defense activities; Experimental Development 4. Planned Solicitation Release Date: TBD 2025 5. Planned Solicitation Response Closing Date: TBD 2025 6. Contracting Office Address: 4545 Fowler Road, Redstone Arsenal, AL 7. Contracting Office Zip Code: 35898 8. Contracting Officer: Noryem Maldonado 9. Description: Missile and Space Intelligence Center requires contract support for research, development, and sustainment of new and existing, hardware, systems, and software capabilities, and foundational military intelligence (FMI) enabling all-source analysis and production for the DIA, Department of Defense (DoD), and national level intelligence efforts. MSIC also requires contract support to provide the Defense Intelligence Enterprise (DIE) and its mission partners analysis and analytical enabling services support. The planned period of performance (PoP) for the anticipated Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract will be a five (5) year base ordering period with a five (5) year option ordering period. Supporting task orders may have up to a one (1) year base period and up to four (4) option periods (no option period will exceed one (1) year in duration). 1. Place of Contract Performance: TBD 2. Set-Aside Status: Multiple Award IDIQ contract Full and Open Competition. The Government anticipates issuing a Multiple Award Indefinite Delivery/Indefinite Quality type contract, whereby funds are obligated by issuance of individual Task Orders. The resulting contract will have provisions for Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time- and-Material Task Orders. The future RFP is likely to be issued on unrestricted competition basis. Subcontracting plans will be required where applicable. Offerors must be registered in the System for Award Management (www.sam.gov) to conduct business with this Government organization. Place of performance shall be determined at a later date. While the Statement of Work for each Task Order effort may not be classified, a TOP SECRET facility clearance is required and personnel working on Task Orders under the contract, whether or not performance is at MSIC facilities, must have a TS/SCI Clearance prior to working on the effort. The Pre-Solicitation Notice/Sources Sought is provided for informational purposes only and IS NOT a REQUEST FOR PROPOSALS (RFP). PROPOSALS WILL NOT BE ACCEPTED.

Deadline: 1/2/2027
Posted: 9/9/2025
PresolicitationNAICS: 541715.0

FD2020-22-00345

1190011498437NB CABLE ASSEMBLY 201 IMAGES

Deadline: 1/2/2027
Posted: 1/3/2022
Special Notice

BROAD AGENCY ANNOUNCEMENT U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND GROUND VEHICLE SYSTEM CENTER

The U.S. Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC), located in Warren, MI, is the United States Armed Forces’ research and development facility for technology development in ground systems. Current technology focus areas include Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. GVSC Mission is to develop, integrate, demonstrate, and sustain ground vehicle systems capabilities to support Army modernization priorities and improve readiness. Proposals are sought for cutting-edge innovative research that could produce discoveries with a significant impact to enable new and improved Army technologies and related operational capabilities and related technologies along with development and demonstration of innovative technologies which enable modernized capabilities aligned with Army priorities. The GVSC Broad Agency Announcement (BAA) seeks proposals from institutions of higher education, nonprofit organizations, state and local governments, foreign organizations, foreign public entities, and for-profit organizations (i.e. large and small businesses) for research based on the following Science & Technology (S&T) campaigns: Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. Further details are described in the GVSC Strategy.

Deadline: 1/2/2027
Posted: 11/21/2024
Special Notice

BROAD AGENCY ANNOUNCEMENT U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND GROUND VEHICLE SYSTEM CENTER

The U.S. Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC), located in Warren, MI, is the United States Armed Forces’ research and development facility for technology development in ground systems. Current technology focus areas include Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. GVSC Mission is to develop, integrate, demonstrate, and sustain ground vehicle systems capabilities to support Army modernization priorities and improve readiness. Proposals are sought for cutting-edge innovative research that could produce discoveries with a significant impact to enable new and improved Army technologies and related operational capabilities and related technologies along with development and demonstration of innovative technologies which enable modernized capabilities aligned with Army priorities. The GVSC Broad Agency Announcement (BAA) seeks proposals from institutions of higher education, nonprofit organizations, state and local governments, foreign organizations, foreign public entities, and for-profit organizations (i.e. large and small businesses) for research based on the following Science & Technology (S&T) campaigns: Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. Further details are described in the GVSC Strategy.

Deadline: 1/2/2027
Posted: 1/2/2024
Special Notice

BROAD AGENCY ANNOUNCEMENT U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND GROUND VEHICLE SYSTEM CENTER

The U.S. Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC), located in Warren, MI, is the United States Armed Forces’ research and development facility for technology development in ground systems. Current technology focus areas include Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. GVSC Mission is to develop, integrate, demonstrate, and sustain ground vehicle systems capabilities to support Army modernization priorities and improve readiness. Proposals are sought for cutting-edge innovative research that could produce discoveries with a significant impact to enable new and improved Army technologies and related operational capabilities and related technologies along with development and demonstration of innovative technologies which enable modernized capabilities aligned with Army priorities. The GVSC Broad Agency Announcement (BAA) seeks proposals from institutions of higher education, nonprofit organizations, state and local governments, foreign organizations, foreign public entities, and for-profit organizations (i.e. large and small businesses) for research based on the following Science & Technology (S&T) campaigns: Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. Further details are described in the GVSC Strategy.

Deadline: 1/2/2027
Posted: 1/2/2024
Special Notice

FD2020-22-00218

1135011831736NB CABLE ASSY 324 IMAGES

Deadline: 1/3/2027
Posted: 1/4/2022
Special Notice

FD2020-22-00024

5120004552903NB WRENCH, SPANNER 78 IMAGES

Deadline: 1/3/2027
Posted: 1/4/2022
Special Notice

FD2020-22-00362

6940005043232FD READOUT AND MAGNETRON ASSY 35 IMAGES

Deadline: 1/4/2027
Posted: 1/5/2022
Special Notice

FD2020-22-00415

4120012934380FD AIR CONDITIONER 54 IMAGES

Deadline: 1/4/2027
Posted: 1/5/2022
Special Notice

FD2020-22-00071

1420000051716AH COVER, ACCESS 167 IMAGES

Deadline: 1/4/2027
Posted: 1/5/2022
Special Notice

FD2020-22-00371-00

1630-01-027-1627 HOUSING,PISTON,WHEE

Deadline: 1/5/2027
Posted: 1/5/2022
Special NoticeNAICS: None

FD2020-22-00372

1620-01-037-6713, PN HP1118630-3, TACTAIR FLUID CONTROLS, INC

Deadline: 1/5/2027
Posted: 1/5/2022
Special NoticeNAICS: None

FD2020-22-00212

6110015777661AH CONTROL, ELECTRIC BRAKE 1 IMAGE

Deadline: 1/5/2027
Posted: 1/6/2022
Special Notice

FD2020-22-00183

1440001487661AH CLAMP, SEPARATION 1019 IMAGES

Deadline: 1/9/2027
Posted: 3/21/2022
Special Notice

FD2020-22-00183

1440001487661AH CLAMP, SEPARATION 1019 IMAGES

Deadline: 1/9/2027
Posted: 2/7/2022
Special Notice

FD2020-22-00183

1440001487661AH CLAMP, SEPARATION 1019 IMAGES

Deadline: 1/9/2027
Posted: 1/10/2022
Special Notice

FD2020-22-00237

5977014355153ZR RING, ELECTRICAL 76 IMAGES

Deadline: 1/9/2027
Posted: 1/10/2022
Special Notice

FD2020-22-00414

4140015696113FD FAN, TUBEAXIAL 1 IMAGE

Deadline: 1/9/2027
Posted: 1/10/2022
Special Notice

FD2020-21-00809

NSN: 1560-01-047-9058FJ, 1560-01-092-6611FJ NOUN: PANEL, STRUCTURAL PART #: 160D611514-5, 160D611514-1

Deadline: 1/10/2027
Posted: 1/10/2022
Special NoticeNAICS: None

FD2020-22-00426-00

1620-01-170-8325 NOUN: CYLINDER AND PISTON

Deadline: 1/10/2027
Posted: 1/10/2022
Special NoticeNAICS: None

FD2020-22-00047

6130010750313AH POWER SUPPLY 14 IMAGES

Deadline: 1/10/2027
Posted: 1/11/2022
Special Notice

FD2020-22-00141

6150015515135AH CABLE ASSEMBLY 346 IMAGES

Deadline: 1/10/2027
Posted: 1/11/2022
Special Notice

FD2020-22-00267-00

NSN: 1620-01-676-6363LE NOUN: CYLINDER AND PISTON

Deadline: 1/11/2027
Posted: 1/11/2022
Special Notice

FD2020-22-00267-00

NSN: 1620-01-676-6363LE NOUN: CYLINDER AND PISTON

Deadline: 1/11/2027
Posted: 1/11/2022
Special Notice

FD2020-22-00292-00

1560-01-582-7820FJ STABILIZER,VERTICAL

Deadline: 1/11/2027
Posted: 1/11/2022
Special Notice

FD2020-22-00292-00

1560-01-582-7820FJ STABILIZER,VERTICAL

Deadline: 1/11/2027
Posted: 3/28/2022
Special Notice

FD2020-22-00292-00

1560-01-582-7820FJ STABILIZER,VERTICAL

Deadline: 1/11/2027
Posted: 4/7/2022
Special Notice

FD2020-22-00292-00

1560-01-582-7820FJ STABILIZER,VERTICAL

Deadline: 1/11/2027
Posted: 3/25/2022
Special Notice

FD2020-22-00292-00

1560-01-582-7820FJ STABILIZER,VERTICAL

Deadline: 1/11/2027
Posted: 3/25/2022
Special Notice

FD2020-22-00292-00

1560-01-582-7820FJ STABILIZER,VERTICAL

Deadline: 1/11/2027
Posted: 3/16/2022
Special Notice

FD2020-22-00292-00

1560-01-582-7820FJ STABILIZER,VERTICAL

Deadline: 1/11/2027
Posted: 3/14/2022
Special Notice

FD2020-22-00292-00

1560-01-582-7820FJ STABILIZER,VERTICAL

Deadline: 1/11/2027
Posted: 4/7/2022
Special NoticeNAICS: None

FD2020-22-00121

6150015957425AH LEAD, ELECTRICAL 80 IMAGES

Deadline: 1/11/2027
Posted: 1/12/2022
Special Notice

FD2020-22-00125

6150015930134AH THERMAL SHIELD 100 IMAGES

Deadline: 1/11/2027
Posted: 1/12/2022
Special Notice

FD2020-22-00267-00

NSN: 1620-01-676-6363LE NOUN: CYLINDER AND PISTON

Deadline: 1/11/2027
Posted: 5/5/2022
Special NoticeNAICS: None

FD2020-22-00025

5340010530945NB INSERT,LOCKING SCREW 4 IMAGES

Deadline: 1/12/2027
Posted: 1/13/2022
Special Notice

FD2020-22-00432

6610012531449WF TRANSMITTER, ANGLE 3 IMAGES

Deadline: 1/13/2027
Posted: 1/14/2022
Special Notice

FD2020-22-00078

1440010078003AH PISTON ROD ASSEMBLY 19 IMAGES

Deadline: 1/13/2027
Posted: 1/14/2022
Special Notice
Page 21 of 48