Federal Contract Opportunities
Showing 1,101-1,150 of 1,792 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 8-2025 (OM25008)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 8-2025 (OM25008) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 7-2025 (OM25007) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 5-2025 (OM25005)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 5-2025 (OM25005) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 4-2025 (OM25004)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 4-2025 (OM25004) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 10-2025 (OM25010)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 10-2025 (OM25010) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 6-2025 (OM25006)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 6-2025 (OM25006) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge Nos. 3-2025 (OM25032) The work consists offurnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River, adjacent lock forebays of the Gulf Intracoastal Waterway, Bayou Lafourche, Baptiste Collette, Houma Navigation Canal, and Barataria Bar Channel. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This Solicitation will be issued on or about 15 April 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Microbial Identification System (MIS)
THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR A REQUEST FOR QUOTATIONS (RFQ); IT IS STRICTLY A REQUEST FOR INFORMATION (RFI). NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS RFI. NO CONTRACT/ORDER WILL BE AWARDED PURSUANT TO THIS ANNOUNCEMENT. Disclaimer: The purpose of this RFI notice is to gain market knowledge. This notice does not obligate the Government to award a contract/order or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's solution and qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a synopsis and/or solicitation may or may NOT be published at a future date and time. 1. RFI Number: W81K04-25-Q-2007 2. RFI Issuing Office: United States Army Health Contracting Activity (USAHCA) 3. RFI Issue Date: 20 March 2025 4. RFI Title: Microbial Identification SysTem (MIS) 5. Agency: Program Executive Office Soldier (PEO Soldier) 6. Office: Soldier Medical Devices (SMD) 7. Location: Frederick, MD located at Fort Detrick 8. Contract/Order Type: Firm Fix Price In accordance with Federal Acquisition Regulation (FAR) 15.201 "Exchange with industry before receipt of proposals," this RFI is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Unites States Army Medical Research and Development Command (USAMRDC), USAMRAA, USAMMDA or any collaborative Department of Defense (DoD) activities. This RFI is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents are solely responsible for all expenses associated with responding to this RFI. No evaluation letters and/or results will be issued to the respondents. Currently, no solicitation exists; therefore, lease do not request a co of the solicitation. NO PHONE CALLS WILL BE ACCEPTED OR RETURNED Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional information from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained. 9. Background: The Government is conducting market research to determine if a commercial solution can meet the requirements for a software and computer update for its Microbial Identification System MicroScan autoSCAN-4 System. 10. Objective and Purpose/Scope: PEO Solider, SMD PMO has a requirement to procure a commercial solution that can meet the Critical Operational Device Specifications (CODS) (See attachment RFI Attachment 1- Critical Operational Device Specifications (CODS)_Microbial Identification System. 11. North American Industry Classification System (NAICS) Code: 339113 – Surgical Application and Supplies Manufacturing 12. RFI Attachments: The following documents are attached to the RFI i. AO2-RFI Attachment 1- Critical Operational Device Specification (CODS) ii. AO2-RFI Attachment 2 Company& Product Information 13. Response Due Date: Interested parties shall submit the RFI response electronically by 4:00PM Central Time on Thursday, 3 April 2025, via e-mail to: linda.a.mcghee.civ@health.mil Email subject/title: "RFI response for W81K04 -25-Q-2007” 14. SUBMISSION INSTRUCTIONS: 14.1 The Government appreciates responses from ALL capable and qualified sources. 14.2 Interested firms should submit a response that demonstrates the Respondent's ability to perform the scope of work identified in this RFI. 14.3 Format specifications include Arial 12-point font, single spaced, single sided, 8.5 by 11- inch paper with 1-inch margins. All submissions shall be made electronically (as described above) and be in one of the following formats: Microsoft Word or searchable Adobe PDF Responses should adhere to the following formatting and outline instructions: Cover Page (1 page) Title Organization Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) Topic area: “TITLE” 14.4 Completed Attachment 1 and Attachment 2. Please note that the response shall provide sufficient technical data to determine how you fully meet the requirements. 15.0 Confidentiality: All 'Proprietary', 'Classified', 'Confidential', or 'Sensitive' information shall be marked as such and will be treated accordingly. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). (End of RFI)
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. This solicitation will be established by a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. This solicitation bid opening date will be established by a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and jessica.g.mayeaux@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and jessica.g.mayeaux@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and christine.george@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and christine.george@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and christine.george@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. This solicitation will be issued on or about 11 April 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. This solicitation will be issued on or about 11 April 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. This solicitation will be issued on or about 11 April 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
NOTE: See Solicitation W912P825BA009 Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. This solicitation will be issued on or about 11 April 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Kaiju
UPDATE as of 04 April 2025: This is Amendment 06 to remove all references to the Model Contract and Section K in this announcement as these documents will be provided with each individual RFP along with removing the Pre-Award Clearance section. Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation. Additionally, vendors must have an active DD2345. UPDATE as of 04 April 2025: This is Amendment 05 clarifies attachment titles and reorders them for improved organization. It also adds the S&T protection formally into an amendment, previously omitted on 13 January 2025. UPDATE as of 13 January 2025: This ammendment is to update the S&T Protection language UPDATE as of 24 June 2024: Amendment 04 updates the contracting POCs. UPDATE as of 20 June 2023: Amendment 03 incorporates clause FAR 52.204-27, Prohibitation on a ByteDance Covered Application. UPDATE as of 25 May 2023: Amendment 02 conducts the annual review of the Kaiju BAA. The following is amended: Contracting POCs, Language is added to Kaiju Solicitation, Attachments 1, 2, 5 and 7 are amended/re-uploaded based on annual review. UPDATE as of 26 May 2022: Amendment 01 amends the Statement of Objectives (Attachment 6) to correct the CUI classification to FEDCON.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation. Additionally, vendors must have an active DD2345. UPDATE as of 24 June 2024: Amendment 04 updates the contracting POCs. UPDATE as of 20 June 2023: Amendment 03 incorporates clause FAR 52.204-27, Prohibitation on a ByteDance Covered Application. UPDATE as of 25 May 2023: Amendment 02 conducts the annual review of the Kaiju BAA. The following is amended: Contracting POCs, Language is added to Kaiju Solicitation, Attachments 1, 2, 5 and 7 are amended/re-uploaded based on annual review. UPDATE as of 26 May 2022: Amendment 01 amends the Statement of Objectives (Attachment 6) to correct the CUI classification to FEDCON.
Kaiju
UPDATE as of 04 April 2025: This is Amendment 05 clarifies attachment titles and reorders them for improved organization. It also adds the S&T protection formally into an amendment, previously omitted on 13 January 2025. Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation. Additionally, vendors must have an active DD2345. UPDATE as of 13 January 2025: This ammendment is to update the S&T Protection language UPDATE as of 24 June 2024: Amendment 04 updates the contracting POCs. UPDATE as of 20 June 2023: Amendment 03 incorporates clause FAR 52.204-27, Prohibitation on a ByteDance Covered Application. UPDATE as of 25 May 2023: Amendment 02 conducts the annual review of the Kaiju BAA. The following is amended: Contracting POCs, Language is added to Kaiju Solicitation, Attachments 1, 2, 5 and 7 are amended/re-uploaded based on annual review. UPDATE as of 26 May 2022: Amendment 01 amends the Statement of Objectives (Attachment 6) to correct the CUI classification to FEDCON.
Kaiju
This ammendment is to update the S&T Protection language updated 13 January 2025. Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation. Additionally, vendors must have an active DD2345. UPDATE as of 24 June 2024: Amendment 04 updates the contracting POCs. UPDATE as of 20 June 2023: Amendment 03 incorporates clause FAR 52.204-27, Prohibitation on a ByteDance Covered Application. UPDATE as of 25 May 2023: Amendment 02 conducts the annual review of the Kaiju BAA. The following is amended: Contracting POCs, Language is added to Kaiju Solicitation, Attachments 1, 2, 5 and 7 are amended/re-uploaded based on annual review. UPDATE as of 26 May 2022: Amendment 01 amends the Statement of Objectives (Attachment 6) to correct the CUI classification to FEDCON.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation. Additionally, vendors must have an active DD2345. UPDATE as of 20 June 2023: Amendment 03 incorporates clause FAR 52.204-27, Prohibitation on a ByteDance Covered Application. UPDATE as of 25 May 2023: Amendment 02 conducts the annual review of the Kaiju BAA. The following is amended: Contracting POCs, Language is added to Kaiju Solicitation, Attachments 1, 2, 5 and 7 are amended/re-uploaded based on annual review. UPDATE as of 26 May 2022: Amendment 01 amends the Statement of Objectives (Attachment 6) to correct the CUI classification to FEDCON.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation. UPDATE as of 26 May 2022: Amendment 01 amends the Statement of Objectives (Attachment 6) to correct the CUI classification to FEDCON. UPDATE as of 25 May 2023: Amendment 02 conducts the annual review of the Kaiju BAA. The following is amended: Contracting POCs, Language is added to Kaiju Solicitation, Attachments 1, 2, 5 and 7 are amended/re-uploaded based on annual review.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation. UPDATE as of 26 May 2022: Amendment 01 amends the Statement of Objectives (Attachment 6) to correct the CUI classification to FEDCON.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation. UPDATE as of 26 May 2022: Amendment 01 amends the Statement of Objectives (Attachment 6) to correct the CUI classification to FEDCON.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you have an active SAM.gov account. If you do not have an active SAM.gov account and are unable to request access, please contact the POCs listed in this solicitation.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you do not have an active SAM.gov account. If you have an active SAM.gov account, you may obtain the SOO by logging in to your account.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be obtained by requesting access under Attachments/Links, if you do not have an active SAM.gov account. If you have an active SAM.gov account, you may obtain the SOO by logging in to your account.
Kaiju
Kaiju is a Broad Agency Annoucment (BAA) with Calls. This announcement does not request any white papers or proposals. Calls will be issued against the Kaiju BAA requesting white papers and/or proposals at later dates. Continue to monitor SAM.gov for furture Call Opportunities. Please Note: Due to the Controlled Unclassified Information (CUI) nature, Attachment 6 - Kaiju Statement of Objectives (SOO) can be provided upon request by the Technical POC, if you do not have an active SAM.gov account.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 1-2025. Specification No. OM25135
Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 1-2025. Specification No. OM25135 The Contractor's dredge and attendant plant will primarily be used in connection with the construction and possible maintenance of a saltwater barrier sill located between Mile 63.0 and Mile 64.0 Above Head of Passes (AHP) on the Mississippi. The work will consist of satisfactorily placing hydraulically dredged material which shall be taken from a borrow area located on the river bottom. The contract plates show the approximate location of the sill and configuration of the sill (should the sill need to be built to -30’ LWRP with a 620’ notch to -55’ LWRP) and borrow areas. Further details of the location, size, and configuration of the sill and borrow area required will be given in the dredging assignments. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 27 May 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137 The Contractor's dredge and attendant plant will primarily be used in connection with the construction and possible maintenance of a saltwater barrier sill located between Mile 63.0 and Mile 64.0 Above Head of Passes (AHP) on the Mississippi. The work will consist of satisfactorily placing hydraulically dredged material which shall be taken from a borrow area located on the river bottom. The contract plates show the approximate location of the sill and configuration of the sill (should the sill need to be built to -30’ LWRP with a 620’ notch to -55’ LWRP) and borrow areas. Further details of the location, size, and configuration of the sill and borrow area required will be given in the dredging assignments. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 27 May 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136 The Contractor's dredge and attendant plant will primarily be used in connection with the construction and possible maintenance of a saltwater barrier sill located between Mile 63.0 and Mile 64.0 Above Head of Passes (AHP) on the Mississippi. The work will consist of satisfactorily placing hydraulically dredged material which shall be taken from a borrow area located on the river bottom. The contract plates show the approximate location of the sill and configuration of the sill (should the sill need to be built to -30’ LWRP with a 620’ notch to -55’ LWRP) and borrow areas. Further details of the location, size, and configuration of the sill and borrow area required will be given in the dredging assignments. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 27 May 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
NOTE: See Solicitation W912P825BA0017 Mississippi River, New Orleans Harbor Cutterhead Dredge No. 5-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf lntracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Fermon Davis at 504-862-1827 (email Fermon.L.Davis@usace.army.mil).
Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
NOTE: See Solicitation W912P825BA017 Mississippi River, New Orleans Harbor Cutterhead Dredge No. 5-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf lntracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Fermon Davis at 504-862-1827 (email Fermon.L.Davis@usace.army.mil).
BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT IN SUPPORT OF THE JOINT PROGRAM EXECUTIVE OFFICE FOR CHEMICAL, BIOLOGICAL, RADIOLOGICAL AND NUCLEAR DEFENSE (JPEO-CBRND), JPM MEDICAL AND JPL EB
The Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND) is organized into five Joint Project Management Offices (JPMO), each responsible for specific commodity areas. General information on the JPEO-CBRND and subordinate JPMOs can be obtained from the JPEO-CBD website at http://www.jpeocbd.osd.mil/. Mission areas and technical points of contact for the product management offices are shown in Section VII of this BAA. As the purpose of this BAA is to identify the best available science in the identified areas of research interest, proposals are sought from all eligible sources as specified herein, including educational institutions, nonprofit organizations, and private industry. This Broad Agency Announcement (BAA) provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration. Offerors may submit unsolicited proposals (preproposals) for consideration under the general requirements of this BAA at any time, as long as the announcement is active, in support of research and development within the mission areas identified in Section VII of this announcement. Studies related to novel solutions and improved methods to develop medical countermeasures more rapidly and with increased efficiency through enabling technologies, life cycle bioinformatics, and improved logistics tracking are of specific interest to the Government. This announcement will also be available on the Grants.gov web portal (http://www.grants.gov/), the Contract Opportunities section of SAM.gov website (https://sam.gov) and the JPEO-CBD website (http://www.jpeocbd.osd.mil/). From time to time, special announcements or calls for proposals referencing this BAA may be issued for specific requirements in addition to any requirements announced in Sections VII and VIII. Additionally, the application process may be amended as other electronic application processes are implemented. All amendments to this BAA will be announced respectively. To facilitate communication on both scientific and administrative matters relating to this BAA, a single email address may be used for all communication with the Government. Please send all technical and administrative questions and inquiries to usarmy.detrick.mcs.mbx.baa@mail.mil. Potential Offerors are encouraged to discuss their proposal ideas with the JPMO technical contacts listed in Section VII (B). Administrative questions concerning the preparation of preproposals or proposals should be addressed to U.S. Army Contracting Command Edgewood Contracting Division/ Grants Officer. They should be emailed to usarmy.detrick.mcs.mbx.baa@mail.mil, ATTN: CBRND BAA 22-01.
BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT IN SUPPORT OF THE JOINT PROGRAM EXECUTIVE OFFICE FOR CHEMICAL, BIOLOGICAL, RADIOLOGICAL AND NUCLEAR DEFENSE (JPEO-CBRND), JPM MEDICAL AND JPL EB
Amendment 0001: This announcement is hereby revised to include an updated general delivery mail box address. Submission of any questions or white papers under this BAA should be sent to usarmy.detrick.dod-jpeo-cbrnd.mbx.baa@army.mil. ************************************************************************************************************************************************* The Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND) is organized into five Joint Project Management Offices (JPMO), each responsible for specific commodity areas. General information on the JPEO-CBRND and subordinate JPMOs can be obtained from the JPEO-CBD website at http://www.jpeocbd.osd.mil/. Mission areas and technical points of contact for the product management offices are shown in Section VII of this BAA. As the purpose of this BAA is to identify the best available science in the identified areas of research interest, proposals are sought from all eligible sources as specified herein, including educational institutions, nonprofit organizations, and private industry. This Broad Agency Announcement (BAA) provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration. Offerors may submit unsolicited proposals (preproposals) for consideration under the general requirements of this BAA at any time, as long as the announcement is active, in support of research and development within the mission areas identified in Section VII of this announcement. Studies related to novel solutions and improved methods to develop medical countermeasures more rapidly and with increased efficiency through enabling technologies, life cycle bioinformatics, and improved logistics tracking are of specific interest to the Government. This announcement will also be available on the Grants.gov web portal (http://www.grants.gov/), the Contract Opportunities section of SAM.gov website (https://sam.gov) and the JPEO-CBD website (http://www.jpeocbd.osd.mil/). From time to time, special announcements or calls for proposals referencing this BAA may be issued for specific requirements in addition to any requirements announced in Sections VII and VIII. Additionally, the application process may be amended as other electronic application processes are implemented. All amendments to this BAA will be announced respectively. To facilitate communication on both scientific and administrative matters relating to this BAA, a single email address may be used for all communication with the Government. Please send all technical and administrative questions and inquiries to usarmy.detrick.mcs.mbx.baa@mail.mil. Potential Offerors are encouraged to discuss their proposal ideas with the JPMO technical contacts listed in Section VII (B). Administrative questions concerning the preparation of preproposals or proposals should be addressed to U.S. Army Contracting Command Edgewood Contracting Division/ Grants Officer. They should be emailed to usarmy.detrick.mcs.mbx.baa@mail.mil, ATTN: CBRND BAA 22-01.
New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
Mississippi River, New Orleans Harbor and Various Channels Cutterhead Dredge No. 3-2025 (OM25032) The work consists offurnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River, adjacent lock forebays of the Gulf Intracoastal Waterway, Bayou Lafourche, Baptiste Collette, Houma Navigation Canal, and Barataria Bar Channel. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. The Solicitation will be established and a bid opening date will be established in a future amendment. The solicitation documents for this procurement is posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
DLA Emergent IV Research and Development Program
Amendment 33 revised AOI O. Amendment 32 revises the Hackathon timeline Amendment 31 revises the POC contant, revises the White Paper Template, and email subject line for questions Amendment 30 revises AOI O. Amendment 29 revises Hackathon timeline Amendment 28 adds AOI P. Critical Emerging Technologies Transition and Adoption Amendment 27 revises incorrectly answered questions in Amendment 17 Amendment 26 revises Hackathon timeline Amendment 25 revises Hackathon timeline Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.
DLA Emergent IV Research and Development Program
Amendment 32 revises the Hackathon timeline Amendment 31 revises the POC contant, revises the White Paper Template, and email subject line for questions Amendment 30 revises AOI O. Amendment 29 revises Hackathon timeline Amendment 28 adds AOI P. Critical Emerging Technologies Transition and Adoption Amendment 27 revises incorrectly answered questions in Amendment 17 Amendment 26 revises Hackathon timeline Amendment 25 revises Hackathon timeline Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.
DLA Emergent IV Research and Development Program
Amendment 31 revises the POC contant, revises the White Paper Template, and email subject line for questions Amendment 30 revises AOI O. Amendment 29 revises Hackathon timeline Amendment 28 adds AOI P. Critical Emerging Technologies Transition and Adoption Amendment 27 revises incorrectly answered questions in Amendment 17 Amendment 26 revises Hackathon timeline Amendment 25 revises Hackathon timeline Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.
DLA Emergent IV Research and Development Program
Amendment 30 revises AOI O. Amendment 29 revises Hackathon timeline Amendment 28 adds AOI P. Critical Emerging Technologies Transition and Adoption Amendment 27 revises incorrectly answered questions in Amendment 17 Amendment 26 revises Hackathon timeline Amendment 25 revises Hackathon timeline Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.