Federal Contract Opportunities

Showing 1,001-1,050 of 2,701 opportunities

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

Enterprise Occupation Structure and Standards Development Support Services

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

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

Janes Customer Portal

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

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

FD2030-26-00324

NSN: 2840-01-200-5345PR NOUN: FRAME, TURBINE, AIRCR TOP DRAWING: 9343M79G02 EDL REVISION & DATE: 18 / 21 JAN 2025 MDC CODE: AAM IM NAME: JACKSON, SHERRY A.

Deadline: 10/16/2026
Posted: 10/16/2025
Special NoticeNAICS: 336412.0

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

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

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

Catholic Priest Services, Seymour Johnson AFB

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

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

FD2020-22-00017

1560013196285WF COVER, ACCESS 59 IMAGES

Deadline: 10/17/2026
Posted: 10/18/2021
Special Notice

FD2020-22-00022

1190011492069NB CABLE ASSY. 505 IMAGES

Deadline: 10/17/2026
Posted: 10/18/2021
Special Notice

FD2020-21-01152

1450013885686AH PUSHER SET, HYDRAULIC 141 IMAGES

Deadline: 10/17/2026
Posted: 10/18/2021
Special Notice

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

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

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

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

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

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

USSOCOM RFI TE 26-1 TE: Multi-Domain Joint SOF Operations (MDO)

**************See Attachments******************************************

Deadline: 10/17/2026
Posted: 9/17/2025
Special NoticeNAICS: 541715.0

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

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

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

FD2020-22-00022

1190011492069NB CABLE ASSY. 505 IMAGES

Deadline: 10/17/2026
Posted: 3/15/2022
Special Notice

FD2020-22-00019

6110014651084WF PANEL, POWER DIST. 511 IMAGES

Deadline: 10/19/2026
Posted: 10/20/2021
Special Notice

FD2020-22-50003

CARTRIDGE, IMPULSE 1377-010528206ES 1377-016495552ES same data as 8206 (107 images) 1377-010528208ES 1377-016522801ES same data as 8208 (111 images) 1377-010530537ES 1377-013193847ES same data as 0537 (100 images)

Deadline: 10/21/2026
Posted: 10/21/2021
Special NoticeNAICS: None

FD2030-26-00171

NSN: 2840-01-619-8983NZ NOUN: VANE SEGMENT, COMPRE TOP DRAWING: 4089078-02 EDL REVISION & DATE: 3 / 15 FEB 2022 MDC CODE: W9N IM NAME: BRAND, JAMES W.

Deadline: 10/21/2026
Posted: 10/21/2025
Special NoticeNAICS: 336412.0

FD2020-22-50071

Rocket Motor All four EDLs have the same data with 226 images and 7 lines 1377-01-327-7872ES 1377-01-517-5493ES 1377-01-327-7873ES 1377-01-517-5499ES

Deadline: 10/22/2026
Posted: 10/22/2021
Special NoticeNAICS: None

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

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

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

FD2030-25-02485

NSN: 2840-01-436-9105NZ NOUN: SEAL, METALLIC, AIRCR TOP DRAWING: 4082667-1 EDL REVISION & DATE: 13 / 02 DEC 2021 MDC CODE: WAJ IN NAME: FALCONER, MICHAEL S.

Deadline: 10/23/2026
Posted: 10/23/2025
Special NoticeNAICS: 336412.0

Brand Name Only (BNO) Palo Alto Software Licenses FY26

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

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

Brand Name Only (BNO) Palo Alto Software Sources Sought

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

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

Dehydrated Food Waste By-Product

FCI Sandstone, Minnesota is looking for a compost manufacturer or like company to recycle our dehydrated food waste. We have two dehydrator units, which we use to dehydrate our scrap foods for weight reduction. The by-product produced from the process is nutrient-rich and is safe for commercial farming and gardening. We are looking for a company who could use the byproduct for making compost or using it for their farming or gardening needs. The product when dehydrated has an appearance like dry coffee grounds. We are looking for a company who would provide a 2–3-yard storage container for the product with a pickup schedule of every other week, pickups could vary depending on storage containers size. As the product can be used to generate benefits, we would like to set up a contract to sell the product to a vendor. Please see the attached lab results for the nutrient values of the by-product.

Deadline: 10/24/2026
Posted: 10/3/2025
Special NoticeNAICS: 325315.0

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

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

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

AFOTEC AI Technology Showcase & Demonstration

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

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

AFRL/RX Functional Materials Open BAA

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

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

AFRL/RX Functional Materials Open BAA

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

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

Air Force Temperate Weather Boot

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

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

FD2030-26-00244

NSN: 2840-01-446-6205NZ NOUN: SUPPORT, TURBINE COM TOP DRAWING: 4084713 EDL REVISION & DATE: 8 / 7 APR 2025 MDC: WFA IM NAME: KIMUNDUI, BEATRICE W

Deadline: 10/29/2026
Posted: 10/29/2025
Special NoticeNAICS: 336412.0

DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners

NRL NOTICE OF INTENT TO AWARD A SOLE SOURCE TEMPLATE This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and email requests will not be honored. Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Research Laboratory (NRL) intends to award a sole source purchase order to DRS Signal Solutions, Inc. of Frederick, Maryland to furnish: DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners The North American Industry Classification System Code (NAICS) for this requirement is 334220 with the size standard of 1250. The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 5985. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with: Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement in accordance with the posted opening and closing dates. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Please reference this Notice of Intent number, N00173-26-Q-1301273048 on your correspondence and in the “Subject” line of your email.

Deadline: 10/29/2026
Posted: 10/24/2025
Special NoticeNAICS: 334220.0

Thorlabs Infrared Spectrum Analyzer

NRL NOTICE OF INTENT TO AWARD A SOLE SOURCE TEMPLATE This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and email requests will not be honored. Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Thorlabs Inc. of Newton, New Jersey to furnish: Thorlabs Infrared Spectrum Analyzer The North American Industry Classification System Code (NAICS) for this requirement is 334516 with the size standard of 1000. The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6640. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with: Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement in accordance with the posted opening and closing dates. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Please reference this Notice of Intent number, N00173-26-Q-1301265113 on your correspondence and in the “Subject” line of your email.

Deadline: 10/29/2026
Posted: 10/24/2025
Special NoticeNAICS: 334516.0

Praevium Wafer Bonded 8um Detectors

NRL NOTICE OF INTENT TO AWARD A SOLE SOURCE TEMPLATE This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and email requests will not be honored. Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Praevium Research Inc. of Goleta, California to furnish: Praevium Wafer Bonded 8um Detectors The North American Industry Classification System Code (NAICS) for this requirement is 334413 with the size standard of 1250. The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 5961. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with: Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement in accordance with the posted opening and closing dates. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Please reference this Notice of Intent number, N00173-26-Q-1301264828 on your correspondence and in the “Subject” line of your email.

Deadline: 10/29/2026
Posted: 10/24/2025
Special NoticeNAICS: 334413.0

STRING, NOMEX

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

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

SLEEP STUDIES CLE

SOURCES SOUGHT

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

FD2030-26-00217

NSN: 1660-01-473-3548BO NOUN: OXYGEN MONITOR, ACFT TOP DRAWING: 16VK058-2 EDL REVISION & DATE: 4 / 06 FEB 2025 MDC CODE: EEB IM NAME: HANSON-WHEELER, JERRI L.

Deadline: 10/30/2026
Posted: 10/30/2025
Special NoticeNAICS: 336413.0

FD2030-25-02139

NSN: 1650-00-210-8808RK NOUN: ACTUATOR, ELECTRO-ME TOP DRAWING: 9-23897-2 EDL REVISION & DATE: 8 / 28 OCT 2025 MDC: EMJ IM NAME: HANSON-WHEELER, JERRI L

Deadline: 10/30/2026
Posted: 10/30/2025
Special NoticeNAICS: 336413.0

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

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

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

NAWCWD Broad Agency Announcement

This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016, and the Department of Defense Grants and Agreements Regulations (DoDGARS) 22.315(a). Pursuant to FAR 6.102(d)(2)(i) a formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued. The Naval Air Warfare Center Weapons Division (NAWCWD) will not issue paper copies of this announcement. NAWCWD reserves the right to select for award all, some, or none of the proposals in response to this announcement. NAWCWD reserves the right to fund all, some or none of the proposals received under this BAA. NAWCWD provides no funding for direct reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAWCWD to treat all proposals as sensitive competitive information and to disclose their contents only for the purposes of evaluation.

Deadline: 10/30/2026
Posted: 10/6/2025
Special NoticeNAICS: 541714.0

FD2020-22-00056

6625016772061WF INSTALLATION KIT 3 IMAGES

Deadline: 10/31/2026
Posted: 11/1/2021
Special Notice

DRAFT Call for Solutions - Flight School Next (FSN)

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

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

DRAFT Call for Solutions - Flight School Next (FSN)

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

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

DRAFT Call for Solutions - Flight School Next (FSN)

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

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

DRAFT Call for Solutions - Flight School Next (FSN)

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

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

DRAFT Call for Solutions - Flight School Next (FSN)

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

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

DRAFT Call for Solutions - Flight School Next (FSN)

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

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

DRAFT Call for Solutions - Flight School Next (FSN)

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

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

DRAFT Call for Solutions - Flight School Next (FSN)

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

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

WPAFB 3rd Air Stream/ B18

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

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

Transportation Services for Static Display Training Aircraft

This is a Sources Sought Notice. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The Government is seeking responses to this Sources Sought Notice from all interested small businesses capable of providing the requirement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Volk Field Air National Guard Base – Camp Douglas, Wisconsin to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. Volk Field ANGB is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified small business sources capable of Transportation Services for Static Display Training Aircraft. Objective: The objective of this requirement is to obtain transportation services for the safe, secure, and efficient relocation of multiple 4th and 5th generation static display military aircraft from various locations across the continental United States to Volk Field Air National Guard Base (ANGB) in Camp Douglas, Wisconsin. These aircraft will be used for Crash Damaged Disabled Aircraft Recovery (CDDAR) training operations conducted by military personnel. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is NOT seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it may be synopsized on the System Award Management (SAM) https://www.sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 448190-Other Support Activities for Air Transportation, with a Small Business size standard of $40.0M. Responses to this Sources Sought Notice shall be e-mailed to the Volk Field Contracting Office at WI.CRTC.VF.Contracting@us.af.mil, no later than 31 October 2025 at 1:00 p.m. Central Daylight Time (CDT). In response to this sources sought, please provide: 1. Sources Sought Response Form filled out and completed in its entirety. 2. Identify whether your firm is/ would be interested in competing for potential requirements as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The capability packages for this source sought are not a proposal, but rather statements regarding the company’s existing experience in relation to the areas specified above. No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages. Attachment 1: Sources Sought Response Form

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

FD2020-22-00060

6150001720430AH CABLE ASSEMBLY 478 IMAGES

Deadline: 11/1/2026
Posted: 1/3/2022
Special Notice

FD2020-22-00060

6150001720430AH CABLE ASSEMBLY 478 IMAGES

Deadline: 11/1/2026
Posted: 11/2/2021
Special Notice
Page 21 of 55