Federal Contract Opportunities

Showing 1,101-1,150 of 2,701 opportunities

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

FD2020-22-00134

5998015555341WF CIRCUIT CARD ASSY 3 IMAGES

Deadline: 11/8/2026
Posted: 11/9/2021
Special Notice

FD2020-22-00146

5998015559767WF CIRCUIT CARD ASSEMBLY 4 IMAGES

Deadline: 11/8/2026
Posted: 11/9/2021
Special Notice

FD2020-22-00161

6150009883801AH CABLE ASSY 91 IMAGES

Deadline: 11/8/2026
Posted: 11/9/2021
Special Notice

FD2020-22-00145

5998015555338WF CIRCUIT CARD ASSEMBLY 4 IMAGES

Deadline: 11/8/2026
Posted: 11/9/2021
Special Notice

FD2020-22-00139

6150004427866AH CABLE ASSY 653 IMAGES

Deadline: 11/8/2026
Posted: 2/2/2022
Special Notice

FD2020-22-00137

3120-01-509-5199LE BEARING, SLEEVE

Deadline: 11/9/2026
Posted: 11/9/2021
Special NoticeNAICS: None

FD2020-22-00200

5998016295711WF CIRCUIT CARD 1 IMAGE

Deadline: 11/9/2026
Posted: 11/10/2021
Special Notice

FD2020-22-00209

6150015763377AH CABLE ASSY 309 IMAGES

Deadline: 11/9/2026
Posted: 11/10/2021
Special Notice

Commercial Solutions Opening for Joint All-Domain Command and Control (JADC2)

Amendment 01 dated 12 July 2021: Updated "CSO" to read "Commercial Solutions Opening" in an effort to prevent confusion with other acronyms. Federal Agency: Air Force Program Office: AFLCMC/XA “Architecture and Integration Directorate” CSO Title: JADC2 Commercial Solutions Opening CSO Type: Commercial Solutions Opening with Calls CSO Number: FA8612-21-S-C001 CSO Date: June 28, 2021 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. 1.0 OVERVIEW This Commercial Solutions Opening is intended to be as streamlined as possible to allow the Architecture and Integration Directorate (AFLCMC/XA), or any organization AFLCMC/XA supports, to leverage the latest technology advances from a large variety of prospective Contractors. AFLCMC/XA invites innovative technical approach proposals addressing Joint All-Domain Command and Control (JADC2) problems associated with getting the right information to the right platform/decision maker in the most efficient manner thereby reducing kill chain and Observe, Orient, Decide and Act (OODA) timelines and cycles. This Commercial Solutions Opening will focus on existing and emerging technologies and platforms across the Defense Department, the Intelligence Community, and the commercial world, to perform an integrated analysis of the capability of various options to contribute to the fight and prioritize investments over time. This solicitation is not requesting any white papers or proposals at this time. This Commercial Solutions Opening functions as the overarching umbrella solicitation from which Calls will be published. This Commercial Solutions Opening will remain open for Calls until rescinded. This Commercial Solutions Opening can result in the award of FAR Part 12 Contracts, Procurement for experimental purposes under 10 U.S.C. 4023 or Other Transaction Agreements (OTAs) under 10 USC 4021. Over the course of this time period, AFLCMC/XA will publish Calls via amendments to this Commercial Solutions Opening. These Calls will contain specific Areas of Interest (AoIs) related to JADC2’s Technology Focus Areas. Those specific AoIs are what prospective Contractors shall focus their solutions towards. This is a competitive solicitation that seeks to fund innovative technologies that propose new solutions to expand Air Force capabilities as it relates to JADC2 Technology Focus Areas. AFLCMC/XA is interested in receiving responses from all interested offerors to include, but not limited to, the following: traditional defense contractors, nontraditional defense contractors, large businesses, small businesses and research institutions. The Commercial Solutions Opening is a streamlined acquisition process that seeks to reduce acquisition timelines and acquire new, innovative solutions that companies can bring forth to meet the stated AoIs detailed in each Call. All details of the process shall be governed by this Commercial Solutions Opening unless otherwise noted or expanded upon in each Call. AFLCMC/XA is not obligated to make any awards as a result of this Commercial Solutions Opening and all awards are subject to the availability of funds and successful negotiations. The Government is not responsible for any monies expended by the proposer prior to the issuance of any contract award. AFLCMC/XA reserves the right to modify the solicitation requirements of this Commercial Solutions Opening and each subsequent Call. The Commercial Solutions Opening authority reference to Class Deviation 2022-O0007. 2.0 Commercial Solutions Opening with Calls This Commercial Solutions Opening is a hybrid solicitation against which both Closed Calls and/or Open Period Calls can be published via amendments to the Commercial Solutions Opening. All Calls issued under this Commercial Solutions Opening will include specific instructions including dates, AoIs, evaluation criteria and proposal instructions to potential offerors. While each offeror shall adhere to this Commercial Solutions Opening, the Calls can contain other information the Contractor shall adhere to. Each Call will be announced on the Government Point of Entry (beta.SAM.gov), which may result in the award of a FAR Part 12, Procurement for experimental purposes under 10 U.S.C. 4023 contract or an Other Transaction Agreement (OTA) under 10 USC 4021. 2.1 Closed Calls (One-Step or Two-Step) Over the period of this Commercial Solutions Opening, Calls may be issued to request white papers and/or proposals for specific AoIs. It will be determined on a Call-by-Call basis whether or not the announcement is for a one-step (Proposals only) or a two-step process (White Papers first, then Proposals by invite-only). The submission for white papers and proposals shall be submitted at a specific date and time as set forth in each particular Call. White papers and/or proposals will not be reviewed if submitted after the stated date and time. No exceptions will be made for late proposal submission, including technology issues encountered during submission. One-Step Calls Step 1: Proposal due date and time will be provided in Calls issued against this Commercial Solutions Opening. Two-Step Calls Step 1: White Paper due date and time will be provided in Calls issued against this Commercial Solutions Opening Step 2: Proposal due date and time will be provided in Requests for Proposals (RFPs) sent to offerors that submit White Papers who are evaluated well in accordance with the criteria stated in each Call. 2.2 Open Period Calls (Two-Step) This Commercial Solutions Opening may also have Open Period Calls. Open Period Calls will only be issued under a two-step process. After an Open Call is published, white papers may be submitted at any time during an Open Period for the AoIs detailed in the Call. It is important to note that only white papers submitted in response to the specific AoIs detailed in the Call will be considered. Step 1: White paper submission period will be provided in Calls issued under this Commercial Solutions Opening. Step 2: Proposal due date and time will be provided in Requests for Proposals (RFPs) sent to offerors that submit White Papers who are evaluated well in accordance with the criteria stated in each Call. 3.0 TECHNOLOGY FOCUS AREAS (TFAs) Each Technology Focus Area identifies an area where prospective Contractors can bring substantial value to meet the JADC2 mission. This Commercial Solutions Opening is not limited to the following TFAs. Additional TFAs may be included via amendments to this Commercial Solutions Opening. Digital Architecture, Standards and Concepts This category consists of various activities to analyze, mature, and document the foundational aspects of the development of the overall enterprise architecture. This includes digital modeling, simulation and analysis, trade studies, government owned standard development and maintenance, and potential concept development and refinement. Development of digital engineering architecture to include appropriate toolsets, licenses, data, etc., at multiple levels of security and including services such as data management, configuration control, and security/access management. Other activities may include architecting the toolchains to support the linkage of digital engineering artifacts to modeling and simulation tools and operational analysis. Sensor Integration The development, maturation, integration, demonstration, and proliferation of sensor hardware and software. A key interest of JADC2 is the compatibility and interoperability capabilities through the use of open interfaces to enable improved control of systems and the processing of their data. Data Data incorporates the cloud based data repositories across domains that are discoverable, enabling publish subscribe approaches servicing various consumers across the DoD. These repositories contain data that consists of structured and unstructured data and where possible, this data will be meta tagged for further analytics and as well as fusion purposes. One of the key element of this approach is this ability to analyze the data to develop machine learning and further enhance the artificial intelligence (AI) algorithms to provide previously unrealized military utility in decision aides. Secure Processing Secure Processing will leverage the Enterprise Information Technology as a Service (EITaaS) work at the unclassified and secret level to expand this capability to all levels of security. A key feature of secure processing will be to develop a multi-level security (MLS) technology set that enables moving up and down in security level where feasible no matter the hardware device, transportation method, or environment. Lastly secure processing encompasses providing deployment, training, and support services for all of these capabilities worldwide. Connectivity Development and fielding of networks to enable the timely processing and dissemination of data from any sensor to users at the tactical edge and/or strategic levels. Assets in any domain may be platforms-of-opportunity to serve as communications nodes enabled by omnidirectional and directional line-of-sight (LOS), and beyond-line-of-sight (BLOS) capabilities. Attributes of interest include: increased data rates, reduced latency, improved anti-jam, Low Probability of Intercept/Low Probability of Detection (LPI/LPD) characteristics, scalability of nodes/connections, improved integration of dissimilar users, etc. Applications Applications encompasses the design, development and demonstration of open interface applications and/or open interface software development kits for distributed command and control decision-makers (e.g., machine-to-human, machine-to-machine) across multi-domain operations. Additionally, this category seeks solutions which demonstrate the ability to ingest and process cross domain, multi-sourced data feeds (intelligence, information, etc.) via fusion environments and/or fusion services. Effects Integration Design, development, demonstration and integration of networked weapons engaged across complex (e.g. wide area mesh) environments. This includes, but is not limited to, smart munitions and low-cost autonomous platforms capable of supporting C2 de-confliction and synchronization of multi-domain assets. Incorporation of techniques and/or technologies are also sought to enable near-real time mission feedback loops and reduce processing time between system/mission data updates. The specific AoIs that prospective Contractors shall propose to will logically relate back to the Technology Focus Areas. Additional details and requirement specifics will be contained within the AoIs section of the Calls published under this Commercial Solutions Opening. The technology being proposed should meet the requirements of a Technology Readiness Level (TRL) assessment of at least three (3) or higher as detailed in the GAO link provided. AFLCMC/XA has the ability to adjust the TRL it requires on a per call basis and is the final decision authority for the TRL determination of any proposed technology solutions. For more information on TRL please see Figure 1 on page 11 at the following link: https://www.gao.gov/assets/710/703694.pdf 4.0 DEFINITIONS Commercial Solutions Opening with Calls: This allows for publication of an umbrella Commercial Solutions Opening solicitation that contains overarching information, but does not request white papers or proposals. The Commercial Solutions Opening functions as a framework identifying the technical areas and giving the basic terms and administrative information of the Commercial Solutions Opening. The requests for white papers and/or proposals are done by issuing Calls that are published via amendments to the Commercial Solutions Opening. Calls can be issued at any time during the open period of the Commercial Solutions Opening. Each Call will be tailored to best fit the acquisition approach identified by the Government. The Calls may also include specific terms that apply to that Call such as further technical details and any pertinent clauses. Proposals or white papers are submitted only when Calls under this Commercial Solutions Opening are published. Open Period Calls: This type of Call allows for white paper and proposal submittals at any time within a specified period as set forth in the subsequent Call. Closed Calls: This type of Call allows for white paper and/or proposal submittals at a specified date and time as set forth in the subsequent Call. This process and the dates associated with it are more structured than Open Period Calls. Areas of Interest (AoIs): These are specific requests for innovative solutions that AFLCMC/XA will detail in each subsequent Call and will derive from the Technology Focus Areas. Contractors’ innovative solutions should focus on addressing a specific AoI. White Paper: A brief (usually 2-5 pages) summary of the proposed technical approach with an accompanying rough-order-of-magnitude (ROM) price. Pitch Day: Pitch Day is a tool that can be used as a part of the Call process. When used, Pitch Day gives Contractors an opportunity to meet AFLCMC/XA personnel in-person and provide a Pitch of their proposed technology. If a Pitch Day is utilized, specific details explaining the process and evaluation methods will be contained in the specific Call. Other Transaction: Refers to the type of Other Transaction Agreement (OTA) that may be placed as a result of this Commercial Solutions Opening and associated Calls. This type of OT is authorized by 10 U.S.C. § 4021 for prototype projects directly relevant to enhancing the mission effectiveness of military personnel and the supporting platforms, systems, components, or materials proposed to be acquired or developed by the DoD, or for the improvement of platforms, systems, components, or materials in use by the armed forces. This type of OTA is treated by DoD as an acquisition instrument, commonly referred to as an "other transaction" for a prototype project or a Section 4021 "other transaction". Prototype Project: Can generally be described as a proof of concept, model, reverse engineering to address obsolescence, pilot, novel application of commercial technologies for defense purposes, agile development activity, creation, design, development, demonstration of technical or operational utility, or combinations of the foregoing. A process, including a business process, may also be the subject of a prototype project. Although assistance terms are generally not appropriate in OT agreements in 10 U.S.C. § 4021, ancillary work efforts that are necessary for completion of the prototype project, such as test site training or limited logistics support, may be included in prototype projects. A prototype may be physical, virtual, or conceptual in nature. The quantity of prototypes/commercial solutions should generally be limited to that needed to prove technical or manufacturing feasibility or evaluate military utility. Innovative: This refers to any technology, process, or method, including research and development that is new as of the date of proposal submission; or any new application of an existing technology, process or method as of the proposal date. Nontraditional Defense Contractor: As defined in 10 U.S.C. § 2302(9) as an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S.C. § 1502 and the regulations implementing such section. This includes all small business concerns under the criteria and size standards in 13 C.F.R. Part 121. Small Business Concern: Defined in the Small Business Act (15 U.S.C. 632) and 13 CFR Part 121. 5.0 CONTRACT/AGREEMENT DETAILS As stated in the Overview Section, Calls issued under this Commercial Solutions Opening can result in the award of either a FAR Part 12 Contract, Procurement for experimental purposes under 10 U.S.C. 4023 or an Other Transaction Agreement (OTA) under 10 USC 4021. Regardless of the Contract Instrument AFLCMC/XA chooses to purse the Contract/Agreement type for all shall be Fixed Price, which includes Firm Fixed Price (FFP) and Fixed Price Incentive (FPI). This solicitation is not accepting offers for grants or cooperative agreements as the purpose of this Commercial Solutions Opening is to transfer something of value directly to the Government. The Government will be the decision authority on whether to pursue a FAR Part 12 Contract, an OTA or no award at all. The Government reserves the right to award some, all or none of the proposals from responses to each Call. The Contracting/Agreements Officer reserves the right to negotiate directly with the offeror on the terms and conditions prior to execution of the resulting contract/agreement on behalf of the Government. Be advised that only a Contracting/Agreements Officer has the authority to enter into, or modify, a binding contract/agreement on behalf of the United Stated Government. 5.1 Prototyping This Commercial Solutions Opening may result in the award of prototype projects, which include not only commercially available technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing government-owned capabilities, and/or concepts for broad defense and/or public application(s). The Government reserves the right to award a FAR Part 12 contract, Procurement for experimental purposes under 10 U.S.C. 4023 or an Other Transaction (OT) under 10 USC 4021 agreement (including an OT for a prototype project and a follow-on OT or contract for production), or no award at all. Calls issued under this Commercial Solutions Opening constitute competitive procedures. AFLCMC/XA may competitively award OTs for prototype projects that provide for the award of a follow-on production contract or OT for production to participants in the OT for prototype projects without the use of further competitive procedures, if the participant in the OT for prototype projects successfully completes the prototype project, as permitted by 10 U.S.C. § 4021. 5.1.1 Iterative Prototyping A contract or OT for a prototype awarded under this Commercial Solutions Opening shall allow for an iterative prototyping process. An iterative prototyping process will allow the Government to modify, by mutual agreement, the scope of a prototype contract or OT to allow for the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes/mission sets. The sequential prototype iterations may result in a separate prototype project rather than a modification of the original prototype contract or OT. These additional unique and discrete purposes/mission sets can be generated by AFLCMC/XA or originate within any organization that AFLCMC/XA supports. 5.1.2 Successful Completion of Prototype A prototype project is complete upon the written determination of the appropriate approving official (program manager and Contracting/Agreements Officer) for the matter in question that the efforts conducted under a prototype contract or OT: (1) met the key technical goals of a project; (2) met the metrics incorporated into the prototype contract or OT; or (3) accomplished a particularly favorable or unexpected result that justifies the transition to a production contract or OT. Furthermore, prior to successful completion of a prototype project under this Commercial Solutions Opening, the Government can transition any aspect of the prototype project determined to provide utility into production while other aspects of the prototype project have yet to be completed. 5.1.3 Follow-on Production of a Prototype After award of a prototype using OT authority, the Government and offeror may negotiate a follow-on contract or OT for production or solution integration with or without further competition. Any concept/technology/solution successfully proven through a Prototype OT can be transitioned to a production contract. The Government reserves the right to award a follow-on contract or OT before the prototype is complete, under competitive procedures as provided in 10 U.S.C. 4021. Any Call posted by the Government under this Commercial Solutions Opening could result in the potential award of a follow on production or solution integration contract or OT. The Government reserves the right to extend performance to all, some, or none of the selected solutions and decisions will be made based on the availability of government funds. 5.2 Other Transaction Agreements (OTAs) Specifics In accordance with 10 U.S.C 4021, if an Agreement for a prototype is utilized and if that Agreement provides for payments in a total amount in excess of $5,000,000, the Agreement will include a mandatory clause that provides for the Comptroller General the ability to examine the records of any party to the agreement or any entity that participates in the performance of the agreement. The $5,000,000 amount includes the base agreement plus options. Additionally, to enter into an OT for a Prototype agreement under 10 U.S.C. 4021, one of the following conditions must be met: There is at least one nontraditional defense contractor or nonprofit research institution participating to a significant extent in the prototype project. All significant participants other than the Federal Government are small businesses or nontraditional defense contractors. Parties to the transaction other than the Federal Government must pay at least one third of the prototype project total cost. The senior procurement executive determines that exceptional circumstances justify the use of an OT to provide an innovative business arrangement not feasible under a contract or to expand the defense supply base in a manner not practical under a contract. Further specifics and requirements as it relates to OTs may be applicable and included in subsequent Calls published under this Commercial Solutions Opening. 6.0 CLOSED CALLS This Commercial Solutions Opening will have Closed Calls that consist of either a one-step or two-step process and will be specified in each individual Call. For a one-step Call, only proposals will be solicited. For a two-step Call, white papers will be solicited first and then subsequent Requests for Proposals may follow after the government first reviews your white paper. Any part of this process may be modified or altered by AFLCMC/XA in the Calls or through an amendment to this Commercial Solutions Opening (e.g. A Pitch Day might be utilized). It is important to note that at no stage is AFLCMC/XA obligated to make any awards and all awards are subject to the availability of funds and successful negotiations. The Government is not responsible for any monies expended by the proposer prior to the issuance of any contract/agreement award. 6.1 One-Step Closed Call Process 6.1.1 Call Published AFLCMC/XA would publish a Call via an amendment to this Commercial Solutions Opening. The Call would specifically state the Commercial Solutions Opening Call type is a one-step, Closed Call. This Call would provide a required date and time for proposal submission. The Call would also detail the specific AoIs being solicited for, required proposal content, evaluation criteria and detail other requirements unique to that particular Call. 6.1.2 Proposals Received Proposals that are received on time will then be evaluated according to the evaluation criteria stated in the Call. After this technical review is complete, AFLCMC/XA will notify each prospective Contractor that has been selected to proceed to the Contract Negotiations and Fact Finding stage. 6.1.3 Contract Negotiations and Fact-Finding If a company is notified that it has been selected to proceed to the next stage, then contract negotiations and fact-finding will occur. This includes contract formation, scope, cost/price and any other terms and conditions the Contracting/Agreements Officer wishes to discuss. 6.1.4 Award Decision After Contract Negotiations and Fact-Finding is complete, AFLCMC/XA will render a decision whether or not to enter into a Contract/Agreement with the prospective Contractor. 6.2 Two-Step Closed Call Process 6.2.1 Call Published AFLCMC/XA would publish a Call via an amendment to this Commercial Solutions Opening. The Call would specifically state that the Commercial Solutions Opening Call type is a two-step, Closed Call. This Call would provide a specific date and time when prospective contractors may submit their white-papers. The Call would also detail the specific AoIs being solicited for, required white paper content, evaluation criteria and detail any other requirements unique to that particular Call. 6.2.2 White Papers Received White papers that are received on time will then be evaluated according to the evaluation criteria stated in the Call. 6.2.3 Requests for Proposals (RFPs) Sent Companies who submit white papers that are reviewed favorably by AFLCMC/XA will be sent a Request for Proposal (RFP) to notify them that they have been selected to proceed to the next step of the process and submit a proposal. Additional details will also be provided in the RFP. 6.2.4 Incorporate Sections 6.1.2 - 6.1.4 After the submission of the white papers and the RFPs are sent to the Contractors whose white papers are evaluated favorably, the rest of the process is the same as the one-step, closed Call. Therefore, Sections 6.1.2, 6.1.3 and 6.1.4 are incorporated into this Section by reference. 7.0 OPEN PERIOD CALLS This Commercial Solutions Opening will have Open Period Calls that consist only of a two-step process. For this Call type, the process would almost exactly mirror Section 6.2; however, with the important distinction that white papers will be accepted at any time during the stated time period on the Call. This is in contrast to a Closed Call where all proposals are required to be submitted at a specific date and time together and follow a standard timeline for all participants. For Open Period Calls, the timelines are usually less structured and broader in nature. Typical turn-around times that Contractors can expect are usually stated in the Call. AFLCMC/XA reserves the right to modify or alter any of these instructions in each Call. 8.0 EVALUATION CRITERIA The evaluation criteria for White Papers and Proposals will be further detailed and/or expanded upon in the Calls. Solutions will be evaluated on the basis of the merit of the proposed concept in addressing the AoI, not against other solution briefs submitted in response to the same AoI. Disclaimer: No proposals or white papers are being requested at this time. Those will be requested via Calls published under this Commercial Solutions Opening. 9.0 GENERAL PROPOSAL INFORMATION 9.1 Proposal Content Below is the typical structure and required volumes for proposal submission. AFLCMC/XA reserves the right to alter or change the structure and content it requires for each proposal submission on a per Call basis. Title Page (does not count against page limit) Company Name, CAGE Number (if applicable), Title, Offeror, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if you or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university and minority institution. Identification of potential sponsor(s) organizations. Volume 1 - Technical Volume: This will typically contain a page limit and detail specific sections that the government requires all prospective contractors to address. Volume 2 - Cost Volume: This Section is where your company shall detail the proposed cost by breaking down the overall proposed price into specific cost categories (Ex: Direct Labor, Overhead, Direct Material, and Profit). 9.2 Proprietary Information Information constituting a trade secret, commercial or financial information, confidential personal information, or data affecting national security must be clearly marked. It shall be treated in confidence to the extent permitted by law. This restriction does not limit the Government's right to use information contained if it is obtained from another source without restriction. AFLCMC/XA assumes no liability for disclosure or use of unmarked data and may use or disclose such data for any purpose. If a proposer is awarded a contract as a result of or in connection with the submission of proprietary data in the proposal, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract/agreement. Proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences in accordance with FAR 52.215-1(e)(1) and (2) on the cover page: “This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of -- or in connection with -- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]” Each restricted data sheet should be marked as follows: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.” 9.3 Classified Proposals Classified whitepapers/proposals will not be accepted under this Commercial Solutions Opening unless otherwise stated in the Call. If topics require classified work, the proposing firm must have a facility clearance in order to perform the work. 9.4 Security Security Classification will be determined for each Call/Award. If classified data will be accessed or generated, a facility and storage clearance, at the required classification level, will be required and the proposal will discuss appropriate personnel and facility clearances. If a submitter has any reason to believe their concept may reference ideas or operations that require special protection, the submitter should immediately contact the Contracting/Agreements Officer for further instruction. Additionally, if a DD254 is applicable for a Call/Award, offerors must verify their Cognizant Security Office information is current with Defense Security Service (DSS). 9.5 Promotional Material Promotional and non-project related discussion is discouraged, and additional information provided via Universal Resource Locator (URL) links or on computer disks, CDs, DVDs, video tapes or any other medium will not be accepted or considered in the proposal evaluation unless otherwise directed by the Call or Contracting/Agreements Officer. This also means that unnecessarily elaborate brochures or proposals are not desired. 9.6 Small Business FAR-based contracts awarded pursuant to this Commercial Solutions Opening shall include FAR 52.21...

Deadline: 11/9/2026
Posted: 11/10/2025
Special NoticeNAICS: 54171.0

FD2020-22-00140

6150-00-239-2234AH CABLE ASSEMBLY,SPEC

Deadline: 11/10/2026
Posted: 11/10/2021
Special NoticeNAICS: None

FD2020-22-00157-00

1560-01-094-4531FJ DOOR,AIRCRAFT

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

FD2020-22-00157-00

1560-01-094-4531FJ DOOR,AIRCRAFT

Deadline: 11/10/2026
Posted: 3/11/2022
Special NoticeNAICS: None

Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO

The U.S. Army Corps of Engineers Kansas City District, Operations Division, has a need for refuse collection services at Stockton Lake Project, Stockton, MO. The contractor shall perform all services in accordance with the Performance Work Statement (PWS). The Contractor shall furnish all personnel, equipment, dumpsters, fuel, transportation, permits and materials necessary to remove and properly dispose of refuse from parks and recreation areas, administrative area, and the powerhouse at the Stockton Lake Project and provide roll off services in accordance with the PWS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested. Offers are due on at the time and date specified in box 8 of the solicitation document. Offers shall be submitted in PDF via e-mail to angella.curran@usace.army.mil and CC christopher.w.anderson@usace.army.mil. All offers must be good for 90 days. SITE VISIT Contact POC Patricia Burns at Stockton Lake Project to schedule a site visit. Patricia.A.Burns@usace.army.mil (816) 389-3005 X 3005 The offeror's Quote shall be submitted as an electronic copy to angella.curran@usace.army.mil and christopher.w.anderson@usace.army.mil. The Quote should be submitted on the attached synopsis/solicitation in pdf (Adobe Acrobat) format. All text must be legible and easily read. The Quote shall not exceed 10MB in size. If you have any issues in submitting your proposal electronically, coordinate with Ms. Angella Curran immediately at (816) 389-3816. The due date for the receipt of proposals is listed in Block 8 of the SF 1449. The final date to submit questions is five (5) days prior to the due date of the synopsis/solicitation. Please read the following submission requirements carefully. The offeror's quote shall include the following elements to be considered for award: SF 1449 - Filled out by the offeror for: . Block 17a . Block 17b (if applicable) . Block 30a . Block 30b . Block 30c . Section B - Continuation of Supplies or Services and Prices/Costs - To include the price for all Contract Line-Item Numbers (CLINs). FAR 52.212-3. If the offeror's System for Award Management (SAM) Representations and Certifications are upto- date, then this separate provision is not required to be filled out. FAR Provision 52.204-24 must be completed to be eligible for award. . Section J - Vendor Information Sheet . Section J - Related Experience Form/Submit a maximum of 3. . Section J - Past Performance Form/Submit a maximum of 3. (End of Instruction to Offers Addendum)

Deadline: 11/10/2026
Posted: 10/27/2025
Combined Synopsis/SolicitationNAICS: 562111.0

Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO

The U.S. Army Corps of Engineers Kansas City District, Operations Division, has a need for refuse collection services at Stockton Lake Project, Stockton, MO. The contractor shall perform all services in accordance with the Performance Work Statement (PWS). The Contractor shall furnish all personnel, equipment, dumpsters, fuel, transportation, permits and materials necessary to remove and properly dispose of refuse from parks and recreation areas, administrative area, and the powerhouse at the Stockton Lake Project and provide roll off services in accordance with the PWS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested. Offers are due on at the time and date specified in box 8 of the solicitation document. Offers shall be submitted in PDF via e-mail to angella.curran@usace.army.mil and CC christopher.w.anderson@usace.army.mil. All offers must be good for 90 days. SITE VISIT Contact POC Patricia Burns at Stockton Lake Project to schedule a site visit. Patricia.A.Burns@usace.army.mil (816) 389-3005 X 3005 The offeror's Quote shall be submitted as an electronic copy to angella.curran@usace.army.mil and christopher.w.anderson@usace.army.mil. The Quote should be submitted on the attached synopsis/solicitation in pdf (Adobe Acrobat) format. All text must be legible and easily read. The Quote shall not exceed 10MB in size. If you have any issues in submitting your proposal electronically, coordinate with Ms. Angella Curran immediately at (816) 389-3816. The due date for the receipt of proposals is listed in Block 8 of the SF 1449. The final date to submit questions is five (5) days prior to the due date of the synopsis/solicitation. Please read the following submission requirements carefully. The offeror's quote shall include the following elements to be considered for award: SF 1449 - Filled out by the offeror for: . Block 17a . Block 17b (if applicable) . Block 30a . Block 30b . Block 30c . Section B - Continuation of Supplies or Services and Prices/Costs - To include the price for all Contract Line-Item Numbers (CLINs). FAR 52.212-3. If the offeror's System for Award Management (SAM) Representations and Certifications are upto- date, then this separate provision is not required to be filled out. FAR Provision 52.204-24 must be completed to be eligible for award. . Section J - Vendor Information Sheet . Section J - Related Experience Form/Submit a maximum of 3. . Section J - Past Performance Form/Submit a maximum of 3. (End of Instruction to Offers Addendum)

Deadline: 11/10/2026
Posted: 10/27/2025
Combined Synopsis/SolicitationNAICS: 562111.0

Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO

The U.S. Army Corps of Engineers Kansas City District, Operations Division, has a need for refuse collection services at Stockton Lake Project, Stockton, MO. The contractor shall perform all services in accordance with the Performance Work Statement (PWS). The Contractor shall furnish all personnel, equipment, dumpsters, fuel, transportation, permits and materials necessary to remove and properly dispose of refuse from parks and recreation areas, administrative area, and the powerhouse at the Stockton Lake Project and provide roll off services in accordance with the PWS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested. Offers are due on at the time and date specified in box 8 of the solicitation document. Offers shall be submitted in PDF via e-mail to angella.curran@usace.army.mil and CC christopher.w.anderson@usace.army.mil. All offers must be good for 90 days. SITE VISIT Contact POC Patricia Burns at Stockton Lake Project to schedule a site visit. Patricia.A.Burns@usace.army.mil (816) 389-3005 X 3005 The offeror's Quote shall be submitted as an electronic copy to angella.curran@usace.army.mil and christopher.w.anderson@usace.army.mil. The Quote should be submitted on the attached synopsis/solicitation in pdf (Adobe Acrobat) format. All text must be legible and easily read. The Quote shall not exceed 10MB in size. If you have any issues in submitting your proposal electronically, coordinate with Ms. Angella Curran immediately at (816) 389-3816. The due date for the receipt of proposals is listed in Block 8 of the SF 1449. The final date to submit questions is five (5) days prior to the due date of the synopsis/solicitation. Please read the following submission requirements carefully. The offeror's quote shall include the following elements to be considered for award: SF 1449 - Filled out by the offeror for: . Block 17a . Block 17b (if applicable) . Block 30a . Block 30b . Block 30c . Section B - Continuation of Supplies or Services and Prices/Costs - To include the price for all Contract Line-Item Numbers (CLINs). FAR 52.212-3. If the offeror's System for Award Management (SAM) Representations and Certifications are upto- date, then this separate provision is not required to be filled out. FAR Provision 52.204-24 must be completed to be eligible for award. . Section J - Vendor Information Sheet . Section J - Related Experience Form/Submit a maximum of 3. . Section J - Past Performance Form/Submit a maximum of 3. (End of Instruction to Offers Addendum)

Deadline: 11/10/2026
Posted: 10/17/2025
Combined Synopsis/SolicitationNAICS: 562111.0

Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO

The U.S. Army Corps of Engineers Kansas City District, Operations Division, has a need for refuse collection services at Stockton Lake Project, Stockton, MO. The contractor shall perform all services in accordance with the Performance Work Statement (PWS). The Contractor shall furnish all personnel, equipment, dumpsters, fuel, transportation, permits and materials necessary to remove and properly dispose of refuse from parks and recreation areas, administrative area, and the powerhouse at the Stockton Lake Project and provide roll off services in accordance with the PWS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested. Offers are due on at the time and date specified in box 8 of the solicitation document. Offers shall be submitted in PDF via e-mail to angella.curran@usace.army.mil and CC christopher.w.anderson@usace.army.mil. All offers must be good for 90 days. SITE VISIT Contact POC Patricia Burns at Stockton Lake Project to schedule a site visit. Patricia.A.Burns@usace.army.mil (816) 389-3005 X 3005 The offeror's Quote shall be submitted as an electronic copy to angella.curran@usace.army.mil and christopher.w.anderson@usace.army.mil. The Quote should be submitted on the attached synopsis/solicitation in pdf (Adobe Acrobat) format. All text must be legible and easily read. The Quote shall not exceed 10MB in size. If you have any issues in submitting your proposal electronically, coordinate with Ms. Angella Curran immediately at (816) 389-3816. The due date for the receipt of proposals is listed in Block 8 of the SF 1449. The final date to submit questions is five (5) days prior to the due date of the synopsis/solicitation. Please read the following submission requirements carefully. The offeror's quote shall include the following elements to be considered for award: SF 1449 - Filled out by the offeror for: . Block 17a . Block 17b (if applicable) . Block 30a . Block 30b . Block 30c . Section B - Continuation of Supplies or Services and Prices/Costs - To include the price for all Contract Line-Item Numbers (CLINs). FAR 52.212-3. If the offeror's System for Award Management (SAM) Representations and Certifications are upto- date, then this separate provision is not required to be filled out. FAR Provision 52.204-24 must be completed to be eligible for award. . Section J - Vendor Information Sheet . Section J - Related Experience Form/Submit a maximum of 3. . Section J - Past Performance Form/Submit a maximum of 3. (End of Instruction to Offers Addendum)

Deadline: 11/10/2026
Posted: 10/17/2025
Combined Synopsis/SolicitationNAICS: 562111.0

Laser Cutting Machine Preventive Maintenance

Please refer to attached solicitation documentation.

Deadline: 11/12/2026
Posted: 11/10/2025
Combined Synopsis/SolicitationNAICS: 811310.0

Project Sabre

Sources Sought Notice: Project Sabre NOTICE: Please see attached document.

Deadline: 11/12/2026
Posted: 10/27/2025
Special NoticeNAICS: 518210.0

Commercial Kennels/Boarding Military Working Dogs

REQUEST FOR INFORMATION The Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), located at Marine Corps Base Quantico, VA, is conducting market research on behalf of the Provost Marshall Office Quantico VA. The purpose is to identify vendors capable of providing kennels and boarding for an estimated amount of 10 to 20 Military Working Dogs for an estimated time of 24 to 48 months. CONTRACTING OFFICE ADDRESS: Marine Corps Installations – National Capital Region, Regional Contracting Office (MCINCR RCO), located on Marine Corps Base, 2010 Henderson Road, Quantico, VA. INTRODUCTION: This Request for Information (RFI) is issued for market research and planning purposes. It provides industry an opportunity to ask questions and offer suggestions regarding the draft technical specifications outlined in the Capabilities Statement below. DISCLAIMER: THIS REQUEST FOR INFORMAITON IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE (RFQ). 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 THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIREMENT DESCRIPTION: Estimated quantity: 10 to 20 Military working dogs Time: 24 to 48 months Requested starting date: 1 December 2025 or sooner or as soon as possible The minimum run size of 8x8 Facilities are required to be within the immediate geographic area of Quantico, Virginia. 24/7 access by us, and no access by anyone else to include kennel employees Break yard access dedicated to our MWDS Can not be housed or share common areas with other pets At least one Quarantine kennel (could be an option, as it would only be needed if a new dog arrives, or a dog gets ill) The following are only needed if we are completely barred from utilizing the current facility for non-housing (i.e., we can still use the works spaces and utilities and even bath the dogs, just can’t put them in the runs…) Storage for food and Medication Bathing station for MWD’s Feed Prep area with sink to clean food bowls and water bowls Washer and Dryer to clean equipment (towels, rags, sleeves) INDUSTRY FEEDBACK: This is a REQUEST FOR INFORMATION (RFI) ONLY to obtain industry’s feedback on the anticipated technical specifications, potential cost and performance risks, as well as any other related considerations for the required supplies/services. This Request for Information (RFI) is issued solely to gather industry feedback regarding the anticipated technical specifications, cost and performance risks, and other relevant considerations associated with the required supplies and/or services. Please provide input on the following: Capability: Can your organization deliver all products and services outlined in the Requirement Description? Barriers to Competition: Are there any conditions, certifications, or proprietary constraints that could limit fair competition? Proposal Interest: Are you likely to submit a proposal for this requirement? Please explain your reasoning. Commercial Availability: Is this product/service commonly available in the commercial market? Pricing Structure: Can this requirement be fulfilled under a Firm Fixed Price contract? Competition Influencers: Are there any specific conditions, requirements, or limitations that could affect open and fair competition? Rough Order of Magnitude (ROM) pricing gives the draft requirements. If unable to generate estimates at this stage, specify what additional information would be needed. Pricing should reflect all costs associated with course development and delivery, including travel expenses, if applicable. Please note that the ROM pricing is non-binding and shall not be construed as a formal pricing proposal. NAICS Classification: What North American Industry Classification System (NAICS) code(s) best align with this requirement? SUBMISSION DETAILS: Submissions shall reference RFI No. “M00264-26-RFI-001A “Boarding for Military Working Dogs” in the subject line. Interested vendors who wish to respond to this RFI should send responses no later than 12:00PM Eastern Standard Time (EST) on 13 November 2025, via email to the following email addresses: hal.d.jones@usmc.mil and sharon.palustre@usmc.mil. Request responses shall be provided in no more than 4 pages. Questions and comments regarding this requirement will be accepted, reviewed and answered if the Government determines responses are warranted. The Government will not consider any vendor email that is incomplete or is not addressing this RFI questions. The Government reserves the right to determine if a response addresses this RFI, is not complete, and/or to not review a response without any further communication with the vendor supplying the information. Submissions must include: 1) Responses to the “Industry Feedback” section of this RFI. 2) Business name and address. 3) Name of company representative, their business title and insurance. 4) Type of Business. 5) Cage Code and UEI; and 6) Contract vehicles that would be available to the Government for the procurement of the service, to include General Service Administration (GSA), Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 8) Delivery Information Estimate lead time. PROPRIETARY INFORMATION: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government personnel reviewing RFI responses understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Deadline: 11/13/2026
Posted: 11/6/2025
RFINAICS: 812910.0

FD2020-22-00217

1560015061769WF FLAP, WING 961 IMAGES

Deadline: 11/14/2026
Posted: 11/15/2021
Special Notice

Base and Medical Laundry Services -Qatar and Saudi Arabia

Sources Sought Laundry and Dry-Cleaning Services THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The 379th Contracting Squadron is conducting market research to determine interest and capability of potential sources. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The 379th Contracting Squadron is seeking potential sources for the purchase of Laundry and Dry-Cleaning services in the Qatar and Saudi Arabia regions. Please see Attachments 1, 2 and 3 for complete list of areas to be covered. The recommended North American Industry Classification Systems (NAICS) Code is 812320 - Cleaners, drycleaning and laundry service (except coin-operated) with a size standard of $8M. – If there is a NAICS code that you believe would be more applicable, please provide with your capability statement. Please accompany your capability statement with answers to the following questions: 1. Are you able to provide all the services listed in the requirement? Do you anticipate any challenges? If so, what are they? 2. If it is required to conduct a site visit prior to contract award, approximately how many business days would it take your company to prepare the site for a visit by government representatives? 3. Do you have experience handling and cleaning contaminated medical linen? If so, to whom and for how long? Describe your experience adhering to regulations for handling and cleaning medical linen. 4. Do you have dedicated equipment and processes for handling contaminated medical linen separately from other laundry? Describe the segregation process. 5. Describe your quality control procedures to ensure that linen is thoroughly cleaned, disinfected, and free of damage. 6. Describe your transportation methods for both soiled and clean linen and how often do you sanitize your transport vehicles? 7. Are you able to handle specialized cleaning needs, such as stain removal or repairs? 8. Do you have a system for monitoring and controlling water temperature and chemical concentrations during the washing process? 9. Do you intend to provide a quote for this requirement? How many days would you need to draft a quote? Provide any additional questions or comments related to the requirement. All responses will be posted. This Sources Sought Announcement is solely for informational and planning purposes only and is not a solicitation or Request for Quote. Please send responses to: SrA Dominique Henry, Contracting Officer, Dominique.henry.1@us.af.mil no later than 12:00PM Arabian Standard Time on 14 November, 2025.

Deadline: 11/14/2026
Posted: 11/7/2025
RFI

KnowItAll IR Spectral Library Subscription

DLA Information Operations has a current requirement to procure brand-name specific KnowItAll IR Spectral Library access to support materiel ID analysis using FTIR instrumentation. This analysis provides direct support to customers of the DLA Product Test Center.

Deadline: 11/14/2026
Posted: 11/13/2025
SolicitationNAICS: 541519.0

FD2030-24-01386-02

NSN: 1650-01-242-6491HS NOUN: CYLINDER ASSEMBLY, A TOP DRAWING: 68A412800-1005 EDL REVISION & DATE: 13 / 09 SEP 2024 MDC CODE: EFK IM NAME: HANSON-WHEELER, JERRI L.

Deadline: 11/14/2026
Posted: 11/14/2025
Special NoticeNAICS: 336413.0

DUCT,FLEXIBLE

SOLICITATION FOR COMMERCIAL ITEMS Please note that due to the Govt shutdown I have incorporated DFARS 252.232-7998 OBLIGATIONS IN ADVANCE OF FISCAL YEAR 2026 FUNDING (OCT 2025) (DEVIATION 2026-O0001). DLA MARITIME PUGET SOUND intends to procure, DUCT,FLEXIBLE manufactured in accordance with material specifications. The solicitation will be issued as; 100% SMALL BUSINESS SET-ASIDE commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to: PUGET SOUND NAVAL SHIPYARD IMF MAINT FAC REC OFFICER BLDG 514, 1400 FARRAGUT AVE BREMERTON, WA 98314-5001 UNITED STATES The NAICS is:336220 & the Product Service Code (PSC)/or FSC is: 4720 ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to: naomi.larson@dla.mil Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments. All responsible sources interested in submitting offers must: 1)Complete the pricing for each CLIN listed. 2)Provide cage code. 2) Complete all representations and certifications found in the solicitation. 3) Provide manufacturer information of proposed items. 4) Return all pages of the completed original solicitation package, signed. 5) Ensure current registration in the system for award management (SAM.gov). 6) Included lead time for delivery (please quote FOB destination). In order to be considered for award, IF the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation)

Deadline: 11/14/2026
Posted: 11/12/2025
SolicitationNAICS: 326220.0

X1AA--36C249-26-AP-0006 - Frankfort CBOC Lease 2.0 (Lex Med Ctr)

The VA Medical Center Lexington is seeking to lease in the general area of Frankfort (Franklin County) Ky approximately 28,014 rentable square feet (RSF) 20,751 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA), to be used as a Community Based Outpatient Clinic (CBOC) and will include personnel, furnishings, and equipment to meet the needs of Veteran outpatient care in the local area. The space shall be contiguous space, and the preference is the first floor of the building. Term: A fully serviced lease term of twenty (20) years, ten (10) years firm, and two five (5) years non-firm years will be considered. Parking: On-site parking for 120 vehicles is required with 3% of the spaces being reserved. Delivery Date: The Government requires occupancy no later than 24 months after contract award. Services: The successful offeror must provide all services, including utilities, janitorial, security, maintenance, and repairs. The required space must be located within the following delineated area to ensure operational efficiency and client agency requirements are met: · North Boundary: (Bald Knob Road and McCann Ln) · South Boundary: (127 and old Frankfort Road) · East Boundary: (Frankfort Hwy 60 and Old Versailles Road) · West Boundary: (Ky 151 Between Internet state 64 and Frankfort Hwy 60) A lease will not be awarded for any property within a 1-percent-annual-chance floodplain unless the government determines there is no practicable alternative. This determination may be made if the entire county is situated within a floodplain, making it impossible to avoid.

Deadline: 11/14/2026
Posted: 10/28/2025
SolicitationNAICS: 531120.0

X1AA--36C249-26-AP-0006 - Frankfort CBOC Lease 2.0 (Lex Med Ctr)

The VA Medical Center Lexington is seeking to lease in the general area of Frankfort (Franklin County) Ky approximately 28,014 rentable square feet (RSF) 20,751 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA), to be used as a Community Based Outpatient Clinic (CBOC) and will include personnel, furnishings, and equipment to meet the needs of Veteran outpatient care in the local area. The space shall be contiguous space, and the preference is the first floor of the building. Term: A fully serviced lease term of twenty (20) years, ten (10) years firm, and two five (5) years non-firm years will be considered. Parking: On-site parking for 120 vehicles is required with 3% of the spaces being reserved. Delivery Date: The Government requires occupancy no later than 24 months after contract award. Services: The successful offeror must provide all services, including utilities, janitorial, security, maintenance, and repairs. The required space must be located within the following delineated area to ensure operational efficiency and client agency requirements are met: · North Boundary: (Bald Knob Road and McCann Ln) · South Boundary: (127 and old Frankfort Road) · East Boundary: (Frankfort Hwy 60 and Old Versailles Road) · West Boundary: (Ky 151 Between Internet state 64 and Frankfort Hwy 60)

Deadline: 11/14/2026
Posted: 10/27/2025
SolicitationNAICS: 531120.0

X1AA--36C249-26-AP-0006 - Frankfort CBOC Lease 2.0 (Lex Med Ctr)

The VA Medical Center Lexington is seeking to lease in the general area of Frankfort (Franklin County) Ky approximately 28,014 rentable square feet (RSF) 20,751 American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA), to be used as a Community Based Outpatient Clinic (CBOC) and will include personnel, furnishings, and equipment to meet the needs of Veteran outpatient care in the local area. The space shall be contiguous space, and the preference is the first floor of the building. Term: A fully serviced lease term of twenty (20) years, ten (10) years firm, and two five (5) years non-firm years will be considered. Parking: On-site parking for 120 vehicles is required with 3% of the spaces being reserved. Delivery Date: The Government requires occupancy no later than 24 months after contract award. Services: The successful offeror must provide all services, including utilities, janitorial, security, maintenance, and repairs. The required space must be located within the following delineated area to ensure operational efficiency and client agency requirements are met: · North Boundary: (Bald Knob Road and McCann Ln) · South Boundary: (127 and old Frankfort Road) · East Boundary: (Frankfort Hwy 60 and Old Versailles Road) · West Boundary: (Ky 151 Between Internet state 64 and Frankfort Hwy 60)

Deadline: 11/14/2026
Posted: 10/7/2025
SolicitationNAICS: 531120.0

Quantum Benchmarking Initiative (QBI) 2026 Announcement

The Defense Advanced Research Projects Agency (DARPA) seeks innovative approaches to address challenges related to quantum computing. The Quantum Benchmarking Initiative (QBI) aims to examine approaches for constructing a utility-scale fault-tolerant quantum computer and computational workflows that include quantum compute steps. Proposed research should investigate approaches that enable revolutionary advances in design, engineering, test, and evaluation of such systems. Specifically excluded is research that primarily results in evolutionary improvements to the existing state of practice. To rapidly capitalize on new opportunities, DARPA announces the QBI 2026 opportunity, which seeks specific solutions to targeted challenges related to developing utility-scale quantum computers, as defined in specific QBI topic (QBIT) calls. Each QBIT will (1) outline specific details regarding the research topic of interest and (2) provide proposal and submission instructions, including the due date for proposal submission, in addition to those outlined in this PA. Proposals must only be submitted in response to a QBIT. Proposals submitted directly to this PA will not be considered.

Deadline: 11/14/2026
Posted: 11/14/2025
SolicitationNAICS: 541715.0

FD2020-22-00068

6150015510756AH CABLE ASSY. 478 IMAGES

Deadline: 11/15/2026
Posted: 11/16/2021
Special Notice

FD2020-22-00220

6685014888990WF CONTROL, PRESSURIZING 9 IMAGES

Deadline: 11/15/2026
Posted: 11/16/2021
Special Notice

FD2020-22-00155

6130015686552WF POWER SUPPLY 3 IMAGES

Deadline: 11/15/2026
Posted: 11/16/2021
Special Notice

FD2020-22-00153

5998013725975WF CIRCUIT CARD ASSY 3 IMAGES

Deadline: 11/15/2026
Posted: 11/16/2021
Special Notice

FD2020-22-00167

6130015320778AH POWER SUPPLY 47 IMAGES

Deadline: 11/15/2026
Posted: 11/16/2021
Special Notice

FD2020-22-00221

CIRCUIT CARD ASSY 5998013838307WF 3 IMAGES

Deadline: 11/15/2026
Posted: 11/16/2021
Special Notice

FD2020-22-00142

6625016743514WF STANDING WAVE METER 3 IMAGES

Deadline: 11/15/2026
Posted: 11/16/2021
Special Notice

FD2020-22-00223

1560015061768WF FLAP, WING 842 IMAGES

Deadline: 11/15/2026
Posted: 11/16/2021
Special Notice

Boise VA Security Equipment & Software Service Maintenance

This is a solicitation for software support of Lenel and Milestone Card Readers, cameras and other security equipment. Brand Name or Equal Equivalent requirement at Boise VA Medical Center, 500 W. Fort Street, Boise, ID 83702. Base Period: 1/15/2026 - 1/14/2027 Option Year 1: 1/15/2027 - 1/14/2028 Option Year 2: 1/15/2028 - 1/14/2029 Option Year 3: 1/15/2029 - 1/14/2030 Option Year 4 : 1/15/2030 - 1/14/2031 The anticipated issuance for the Request for Quote is Nov. 15, 2025 with an anticipated award date of Jan. 15, 2026. All responsible SDVOSB Concerns in regard to NAICS code 561621 sources may submit a quotation which shall be considered by the agency.

Deadline: 11/15/2026
Posted: 10/30/2025
PresolicitationNAICS: 561621.0

FD2020-22-00154

NSN: 1560015196366FJ NOUN: DOOR,ACCESS,AIRCRAF P/N: 160D215001-39

Deadline: 11/15/2026
Posted: 11/16/2021
Special NoticeNAICS: None

Bureau of Engraving and Printing (BEP) Request for Information (RFI) - Device Assisted Security Features - FY26

See attached RFI: "2031ZA26N00007- RFI Device Assisted Security Features"

Deadline: 11/15/2026
Posted: 11/14/2025
RFINAICS: 541715.0

Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Hidden Machine-Readable Security Features - FY26

See attached RFI: "2031ZA26N00005- RFI Hidden Machine Readable Security Features"

Deadline: 11/15/2026
Posted: 11/14/2025
Special NoticeNAICS: 541715.0

Bureau of Engraving and Printing (BEP) Request for Information (RFI) - R&D Overt Security Features - FY26

See attached RFI - "2031ZA26N00006- RFI Overt Security Features"

Deadline: 11/15/2026
Posted: 11/14/2025
Special NoticeNAICS: 541715.0

FD2020-22-00067

NSN: 1620-00-264-0750LE NOUN: CYLINDER AND PISTON PART #: 7227216-10

Deadline: 11/16/2026
Posted: 11/16/2021
Special NoticeNAICS: None

FD2020-22-50070

1377-01-333-9317ES, EXPLOSIVE CORD SET 1377-01-069-7776ES, EXPLOSIVE CORD SET

Deadline: 11/16/2026
Posted: 11/16/2021
Special NoticeNAICS: None

FD2020-22-00236

6130013730561WF POWER SUPPLY 1 IMAGE

Deadline: 11/16/2026
Posted: 11/17/2021
Special Notice

FD2020-22-00178

5998014627284WF CIRCUIT CARD ASSY. 5 IMAGES

Deadline: 11/16/2026
Posted: 11/17/2021
Special Notice

FD2020-22-00185

1420016665818AH SLEEVE ASSY. 43 IMAGES

Deadline: 11/16/2026
Posted: 11/17/2021
Special Notice

FD2020-22-00195

5945015673779WF RELAY ASSY. 9 IMAGES

Deadline: 11/16/2026
Posted: 11/17/2021
Special Notice

Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003

NOTE- This is a Continuous Solicitation. The initial soliciation expiration date is November 16, 2025. The final expiration date is November 16, 2034. All proposals must be submitted by November 16, 2034 at 4:00 PM EST. Product lines can include but not be limited to: Utility Sweepers Warehouse Sweepers Street Sweepers Sewer Cleaners Runway Sweepers Airfield Sweepers Vacuum Loaders Catch basin Cleaners Scrubbers.

Deadline: 11/16/2026
Posted: 10/17/2025
Combined Synopsis/SolicitationNAICS: 336120.0

FD2020-22-00230

1560-01-527-2195XE 1560-01-527-2194XE TIP,AIRCRAFT

Deadline: 11/17/2026
Posted: 11/17/2021
Special NoticeNAICS: None

FD2020-22-00034

1190-01-149-2066NB CABLEASSEMBLY,SPECI

Deadline: 11/17/2026
Posted: 11/17/2021
Special NoticeNAICS: None
Page 23 of 55