Federal Contract Opportunities
Showing 1,301-1,350 of 2,700 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
NSN: 5998-01-303-5872 P/N: 762R831G01 Noun: RF Controller Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 14 Jun 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this RF Controller. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman(97942) drawings 772R025G01, T320A44, T363A98. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawings T320A44, T363A98. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing T320A44, T363A98. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-303-5872 P/N: 762R831G01 Noun: RF Controller Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 14 Jun 2019 Section C 2/3 the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5000 h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 270 days. This is based on complexity of the RF Controller and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-303-5872 P/N: 762R831G01 Noun: RF Controller Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 14 Jun 2019 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
NSN: 5989-01-203-1936 P/N: 772R025G01 Noun: RF Controller Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this RF Controller. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman(97942) drawings 772R025G01, T320A44, T363A98. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawings T320A44, T363A98. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing T320A44, T363A98. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate 13 Jun 2019 Section C 1/3 REPAIR QUALIFICATION REQUIREMENTS NSN: 5989-01-203-1936 P/N: 772R025G01 Noun: RF Controller Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5000 h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 270 days. This is based on complexity of the RF Controller and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. 13 Jun 2019 Section C 2/3 REPAIR QUALIFICATION REQUIREMENTS NSN: 5989-01-203-1936 P/N: 772R025G01 Noun: RF Controller Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA 13 Jun 2019 Section C 3/3
FD2020-22-50078-00
1377-01-054-2911ES, INITIATOR,PROPELLAN 1377-01-271-7161ES, INITIATOR,PROPELLAN 1377-01-054-2912ES, INITIATOR,PROPELLAN 1377-01-257-9467ES, INITIATOR,PROPELLAN 1377-01-073-2190ES, INITIATOR,PROPELLAN 1377-01-346-2219ES, INITIATOR,PROPELLAN 1377-01-102-2219ES, INITIATOR,PROPELLAN 1377-01-346-2220ES, INITIATOR,PROPELLAN 1377-01-102-8963ES, INITIATOR,PROPELLAN 1377-01-346-2221ES, INITIATOR,PROPELLAN
FD2020-22-50066
NSN: 1377-00-238-0552ES 1377-01-648-8442ES 1377-01-318-7696ES 1377-01-318-7697ES 1377-00-299-1512ES 1377-01-425-0548ES 1377-01-414-8933ES 1377-01-414-8935ES 1377-01-414-8934ES 1377-01-166-4265ES NOUN:INITIATOR,CARTRIDGE P/N: 32-72317-23
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
High Power Electromagnetics (HPEM) Modeling and Effects BAA
This is a five (5) year Closed One-Step BAA with CALLs that will be utilized to solicit proposals for the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), High Power Electromagnetic Division (RDH), for research areas of interest for High Power Electromagnetics (HPEM) Modeling and Effects. This closed BAA approach allows for proposal submission at a specified date and time, which will be posted through the issuance of CALLs at various times against this BAA. As requirements within the technical topic areas are identified, CALLs will be issued in SAM.gov to request proposals for specific research efforts. Multiple subsequent CALLs are anticipated and may be announced sequentially or concurrently in SAM.gov. CALLs will be issued unrestricted. The Government reserves the right to re-issue previously announced CALL areas with a second, subsequent submittal period. The Government also reserves the right to issue no CALLs for any given technology area.
FD2020-22-00363
2835-01-523-7610RP CHAMBER,COMBUSTION,
NSN: 5998-01-630-5352, Electronic Components, P/N: 13647234-4
See attach Solicitation SPRRA226R0014.
FD2020-22-00266-00
NSN: 1630016765134LE NOUN: STRUT ASSEMBLY,SKI
Elevator Maintenance & Repair Services MDC Brooklyn, New York
12/06/2023 Amendment 0002 to change the units from months to hours for line items 4,8,12,16,20, and 24. 12/06/2023 Amendment 0001 to notifiy interested contractors of a site visit. Elevator maintenance and repair services in accordance with the statement of work.
Elevator Maintenance & Repair Services MDC Brooklyn, New York
12/06/2023 Amendment 0001 to notifiy interested contractors of a site visit. Elevator maintenance and repair services in accordance with the statement of work.
Elevator Maintenance & Repair Services MDC Brooklyn, New York
Elevator maintenance and repair services in accordance with the statement of work.
FD2020-22-00214
2590-01-597-4955AH LEVELING JACK ASSY
FD2020-22-00214
2590-01-597-4955AH LEVELING JACK ASSY
FD2020-22-00214
2590-01-597-4955AH LEVELING JACK ASSY
FD2020-22-00325
6625-01-331-2554WF RECORDER,SIGNAL DAT
ACC-APG Competitive Opportunities: Division C
RELATED NOTICE ID: ACCAPG-DIVC INDUSTRYUPDATEFY23(Jan2023) Industry Stakeholders, In response to Industry's continued requests to improve communication between Army Contracting Command - Aberdeen Proving Ground (ACC-APG), CECOM, PEO's and Industry stakeholders, ACC-APG Division C will be posting quarterly updates for upcoming acquisitions. Updates will be posted on or about 20th of the first month of the quarter. The attached excel sheet with opportunities is for informational purposes only. These are not formal solicitations/ Requests for proposals (RFPs) / Requests for Quotes (RFQs). Do NOT submit any formal proposals/ quotes to this posting. All information contained in this posting is subject to change at any time. The Government will not reimburse for any feedback, questions or documentation provided by Industry in response to this posting. Update requests and questions may be accepted no later than one (1) week after the updates are posted. The Government will not answer or provide any source selection sensitive information. Questions may be accepted on any of the information contained within the attachment. ANY QUESTIONS SHALL BE SENT BY EMAIL TO THE POINT OF CONTACT BELOW. Answers will likely be posted with the following quarterly update. ALL PROCUREMENTS ARE SUBJECT TO CANCELLATION AT ANY TIME. THE GOVERNMENT WILL NOT REIMBURSE FOR ANY FEEDBACK, QUESTIONS OR DOCUMENTATION PROVIDED BY INDUSTRY. The Government will not provide any procurement sensitive information that would violate the integrity of the source selection process. Interested parties shall NOT contact the requiring activity directly to discuss any of these specific requirements to avoid actual or the appearance of an OCI which can later ban your company from participating in a particular acquisition. All questions are to be submitted to: Kellie Lamar-Reevey at: kellie.n.lamar-reevey.civ@army.mil. You may also copy the KO and KS. Questions via any other communication method will NOT be addressed. DO NOT CONTACT the Program Office. Include the RFP/TOR/ldentifier number on all correspondences. All questions will be complied and answered on subsequent quarterly updates without reference to the author of the question.
ACC-APG Competitive Opportunities: Division C
RELATED NOTICE ID: ACCAPG-DIVC INDUSTRYUPDATEFY23(Jan2023) Industry Stakeholders, In response to Industry's continued requests to improve communication between Army Contracting Command - Aberdeen Proving Ground (ACC-APG), CECOM, PEO's and Industry stakeholders, ACC-APG Division C will be posting quarterly updates for upcoming acquisitions. Updates will be posted between the 20th and 25th of the first month of the quarter. The attached excel sheet with opportunities is for informational purposes only. These are not formal solicitations/ Requests for proposals (RFPs) / Requests for Quotes (RFQs). Do NOT submit any formal proposals/ quotes to this posting. All information contained in this posting is subject to change at any time. The Government will not reimburse for any feedback, questions or documentation provided by Industry in response to this posting. Update requests and questions may be accepted no later than one (1) week after the updates are posted. The Government will not answer or provide any source selection sensitive information. Questions may be accepted on any of the information contained within the attachment. ANY QUESTIONS SHALL BE SENT BY EMAIL TO THE POINT OF CONTACT BELOW. Answers will likely be posted with the following quarterly update. ALL PROCUREMENTS ARE SUBJECT TO CANCELLATION AT ANY TIME. THE GOVERNMENT WILL NOT REIMBURSE FOR ANY FEEDBACK, QUESTIONS OR DOCUMENTATION PROVIDED BY INDUSTRY. The Government will not provide any procurement sensitive information that would violate the integrity of the source selection process. Interested parties shall NOT contact the requiring activity directly to discuss any of these specific requirements to avoid actual or the appearance of an OCI which can later ban your company from participating in a particular acquisition. All questions are to be submitted to: Kellie Lamar-Reevey at: kellie.n.lamar-reevey.civ@army.mil. You may also copy the KO and KS. Questions via any other communication method will NOT be addressed. DO NOT CONTACT the Program Office. Include the RFP/TOR/ldentifier number on all correspondences. All questions will be complied and answered on subsequent quarterly updates without reference to the author of the question.
ACC-APG Competitive Opportunities: Division C
RELATED NOTICE ID: ACCAPG-DIVC INDUSTRYUPDATEFY23(Jan2023) Industry Stakeholders, In response to Industry's continued requests to improve communication between Army Contracting Command - Aberdeen Proving Ground (ACC-APG), CECOM, PEO's and Industry stakeholders, ACC-APG Division C will be posting quarterly updates for upcoming acquisitions. The attached excel sheet with opportunities is for informational purposes only. These are not formal solicitations/ Requests for proposals (RFPs) / Requests for Quotes (RFQs). Do NOT submit any formal proposals/ quotes to this posting. All information contained in this posting is subject to change at any time. The Government will not reimburse for any feedback, questions or documentation provided by Industry in response to this posting. Update requests and questions may be accepted no later than one (1) week after the updates are posted. The Government will not answer or provide any source selection sensitive information. Questions may be accepted on any of the information contained within the attachment. ANY QUESTIONS SHALL BE SENT BY EMAIL TO THE POINT OF CONTACT BELOW. Answers will likely be posted with the following quarterly update. ALL PROCUREMENTS ARE SUBJECT TO CANCELLATION AT ANY TIME. THE GOVERNMENT WILL NOT REIMBURSE FOR ANY FEEDBACK, QUESTIONS OR DOCUMENTATION PROVIDED BY INDUSTRY. The Government will not provide any procurement sensitive information that would violate the integrity of the source selection process. Interested parties shall NOT contact the requiring activity directly to discuss any of these specific requirements to avoid actual or the appearance of an OCI which can later ban your company from participating in a particular acquisition. All questions are to be submitted to: Kellie Lamar-Reevey at: kellie.n.lamar-reevey.civ@army.mil. You may also copy the KO and KS. Questions via any other communication method will NOT be addressed. DO NOT CONTACT the Program Office. Include the RFP/TOR/ldentifier number on all correspondences. All questions will be complied and answered on subsequent quarterly updates without reference to the author of the question.
Air Force Special Operations Command Areas of Interest
**THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY** Air Force Special Operations Command (AFSOC) is seeking industry partners with the capabilities to fulfill its key Areas of Interest. AFSOC has identified key areas in the AFSOC Strategic Planning Process (SPP), the Required Capability List (RCL), and the Prioritized Gap List (PGL) and has consolidated it into AFSOC’s Areas of Interest. The Technology and Industry Liaison Office (TILO) is the entry point for industry partners to contact AFSOC. If you are interested in sharing your capabilities with AFSOC, please contact TILO through its org box: AFSOC.A8.TILO@us.af.mil. In the subject line of the email please include the company name and the “Area of Interest” it can support. Also, please attach a capability brief (i.e. PowerPoint, PDF). Additionally, please fill out the Industry Information Form at the following link: https://forms.osi.apps.mil/pages/responsepage.aspx?id=jbExg4ct70ijX6yIGOv5tAO-8hEaBhVFnf9WSlIpo0RUNVNVTThCNk9DSTA0MFE4MU5KMjRMV05TUyQlQCN0PWcu All inquiries concerning this notice shall be sent in writing via email to AFSOC.A8.TILO@us.af.mil.
BROAD AGENCY ANNOUNCEMENT U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND GROUND VEHICLE SYSTEM CENTER
The U.S. Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC), located in Warren, MI, is the United States Armed Forces’ research and development facility for technology development in ground systems. Current technology focus areas include Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. GVSC Mission is to develop, integrate, demonstrate, and sustain ground vehicle systems capabilities to support Army modernization priorities and improve readiness. Proposals are sought for cutting-edge innovative research that could produce discoveries with a significant impact to enable new and improved Army technologies and related operational capabilities and related technologies along with development and demonstration of innovative technologies which enable modernized capabilities aligned with Army priorities. The GVSC Broad Agency Announcement (BAA) seeks proposals from institutions of higher education, nonprofit organizations, state and local governments, foreign organizations, foreign public entities, and for-profit organizations (i.e. large and small businesses) for research based on the following Science & Technology (S&T) campaigns: Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. Further details are described in the GVSC Strategy.
BROAD AGENCY ANNOUNCEMENT U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND GROUND VEHICLE SYSTEM CENTER
The U.S. Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC), located in Warren, MI, is the United States Armed Forces’ research and development facility for technology development in ground systems. Current technology focus areas include Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. GVSC Mission is to develop, integrate, demonstrate, and sustain ground vehicle systems capabilities to support Army modernization priorities and improve readiness. Proposals are sought for cutting-edge innovative research that could produce discoveries with a significant impact to enable new and improved Army technologies and related operational capabilities and related technologies along with development and demonstration of innovative technologies which enable modernized capabilities aligned with Army priorities. The GVSC Broad Agency Announcement (BAA) seeks proposals from institutions of higher education, nonprofit organizations, state and local governments, foreign organizations, foreign public entities, and for-profit organizations (i.e. large and small businesses) for research based on the following Science & Technology (S&T) campaigns: Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. Further details are described in the GVSC Strategy.
BROAD AGENCY ANNOUNCEMENT U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND GROUND VEHICLE SYSTEM CENTER
The U.S. Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC), located in Warren, MI, is the United States Armed Forces’ research and development facility for technology development in ground systems. Current technology focus areas include Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. GVSC Mission is to develop, integrate, demonstrate, and sustain ground vehicle systems capabilities to support Army modernization priorities and improve readiness. Proposals are sought for cutting-edge innovative research that could produce discoveries with a significant impact to enable new and improved Army technologies and related operational capabilities and related technologies along with development and demonstration of innovative technologies which enable modernized capabilities aligned with Army priorities. The GVSC Broad Agency Announcement (BAA) seeks proposals from institutions of higher education, nonprofit organizations, state and local governments, foreign organizations, foreign public entities, and for-profit organizations (i.e. large and small businesses) for research based on the following Science & Technology (S&T) campaigns: Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. Further details are described in the GVSC Strategy.
BROAD AGENCY ANNOUNCEMENT U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND GROUND VEHICLE SYSTEM CENTER
The U.S. Army Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC), located in Warren, MI, is the United States Armed Forces’ research and development facility for technology development in ground systems. Current technology focus areas include Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. GVSC Mission is to develop, integrate, demonstrate, and sustain ground vehicle systems capabilities to support Army modernization priorities and improve readiness. Proposals are sought for cutting-edge innovative research that could produce discoveries with a significant impact to enable new and improved Army technologies and related operational capabilities and related technologies along with development and demonstration of innovative technologies which enable modernized capabilities aligned with Army priorities. The GVSC Broad Agency Announcement (BAA) seeks proposals from institutions of higher education, nonprofit organizations, state and local governments, foreign organizations, foreign public entities, and for-profit organizations (i.e. large and small businesses) for research based on the following Science & Technology (S&T) campaigns: Power and Mobility, Autonomous Systems, Force Projection, Survivability, Electronics and Architecture, Cyber Engineering and Software Integration. Further details are described in the GVSC Strategy.
Common Armament Tester for Fighter (CAT-F)
22 Sep 2025: The purpose of this update is to provide RFP Amendment 0001. RFP Amendment 0001 extends the proposal due date to Indefinite due to a received protest. However, SAM.gov will reflect a date of 31 Dec 2026 as SAM.gov does not allow a blank date entry. A firm proposal due date will be identified in an RFP amendment upon the resolution of the protest. 18 Sep 2025: The purpose of this update is to advise Industry the following: Proposals are not due on 22 Sep 2025. However, SAM.gov will still reflect this date as SAM.gov does not allow a blank date entry. The revised proposal receipt date is To Be Determined. An RFP Amendment to extend the proposal due date as well as the other changes addressed in the Industry Questions with Answers will be forthcoming. This SAM.gov posting will be revised at that time to reflect the revised proposal due date. All comments, recommendations, concerns, and questions should be submitted to the PCO, Oya Harrison, oya.harrison.1@us.af.mil and the Contract Specialist, Alexis Davis, alexis.davis.13@us.af.mil . 04 Sep 2025: The purpose of this update is to provide Industry with answers to their RFP questions. Industry Questions with Answers are posted here. An RFP Amendment for the changes addressed in the Industry Questions with Answers will be forthcoming. All comments, recommendations, concerns, and questions should be submitted to the PCO, Oya Harrison, oya.harrison.1@us.af.mil and the Contract Specialist, Alexis Davis, alexis.davis.13@us.af.mil 05 Aug 2025: This Request for Proposal (RFP) is for Common Armament Tester-Fighters (CAT-F). This effort requires the development, manufacture, and sustainment of a common armament tester for the F-16, F-15, and A-10 platforms, capable of testing Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The North American Industry Classification System Code (NAICS) for this requirement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a corresponding small business size standard of 750 employees, and Product or Service Code (PSC) 4920. This acquisition will utilize the Tradeoff Source Selection Procedures in accordance with the DoD Source Selection Procedures, dated 20 Aug 2022, and DAFFARS MP 5315.3. It will be comprised of an Initial Source Selection that will result in up to two (2) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to two (2) offerors with a Final Downselect to at least one (1) contractor following Critical Design Review (CDR). The Initial Source Selection will result in the award for CAT-F System Design. In the Initial Source Selection, the Government will conduct a full and open competition to narrow the competitive field down to no more than two (2) contractors that will execute CAT-F System Design and proceed to the Final Downselect. The Contracts will contain options for the execution of the program beyond the basic contract. The Final Downselect source selection will determine which contractor’s Option I may be exercised. The IDIQ contracts will utilize a mix of pricing arrangements, including Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Reimbursement-No Fee (CR-NF). The Period of Performance for the resultant contracts shall include a 1 year Basic and 4 one year Options (in accordance with FAR 52.217-9, Option to Extend the Term of the Contract). The Basic is for Prototype Design and Digital Development of the O-Level and I-Level Testers. Option I is for EMD and Production but will only be exercised for the contractor(s) chosen during the Downselect. The following estimated quantities will be required for delivery during the Basic: Qty of 4 for the F-16 O-Level Handheld Tester Prototype Qty of 4 for the F-15 O-Level Handheld Tester Prototype Qty of 4 for the A-10 O-Level Handheld Tester Prototype The following estimated quantities will be required for delivery during Options I-IV: Qty of 303 EA for the F-16 O-Level Testers Qty of 172 EA for the F-15 O-Level Testers Qty of 68 EA for the A-10 O-Level Testers Qty of 143 EA for the F-16 I-Level Testers Qty of 80 EA for the F-15 I-Level Testers Qty of 42 EA for the A-10 I-Level Testers Offerors shall prepare their proposals in accordance with mandatory and detailed instructions contained in the RFP. If access to the bidder’s library is needed, submit a completed DD Form 2345, Militarily Critical Technical Data Agreement, to the POCs listed below. All comments, recommendations, concerns, and questions in regards to this notice should be submitted to the PCO, Oya Harrison, oya.harrison.1@us.af.mil and the Contract Specialist, Alexis Davis, Alexis.Davis.13@us.af.mil.
GSA Leasing Support Services Max (GLS Max)
*04 September 2025: Updated Pre-Solicitation Notice: Revised Solicitation and Proposal Submission Timeline Due to continuing administrative delays, GSA has revised the anticipated timeline for the release of the upcoming solicitation and associated proposal submission period. New Planned Solicitation Date range: 01 Oct 2025 and 31 Dec 2025 Anticipated Proposal Due Date range: 01 Jan 2026 and 30 Mar 2026 GSA remains committed to providing timely updates and appreciates your continued interest and patience. ------------------------------------------------------------------------------------------------------ *31 July 2025: Updating pre-solicitation for delay in planned solicitation and proposal due dates. Due to administrative delays, GSA now anticipates issuing this solicitation durring the month of August 2025. New Planned Solicitation Date range: 01 Aug 2025 and 31 Aug 2025 Anticipated Proposal Due Date range: 01 Sep 2025 and 30 Sep 2025 DRAFT Statement of Work is updated with clarifications of zone information and sub-contracting plan requirements provided. Please reference the attached 'SOW GSA Leasing Support Services GLS Max.pdf' for details. All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ **21 July 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates. GSA is also releasing a DRAFT statement of work, document titled "SOW GLS Max DRAFT 2025 07 17.pdf" dated 17 July 2025, as an attachment to this presolicitation notice.** GSA now anticipates issuing this solicitation between the dates of 22 July 2025 and 29 July 2025. New Planned Solicitation Date range: 22 July 2025 and 29 July 2025 Anticipated Proposal Due Date range: 25 August 2025 and 01 September 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *01 July 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation between the dates of 07 July 2025 and 21 July 2025. New Planned Solicitation Date range: 07 July 2025 and 21 July 2025 Anticipated Proposal Due Date range: 07 August 2025 and 21 August 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *30 May 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation on 30 June 2025. New Planned Solicitation Date: 30 June 2025 Anticipated Proposal Due Date: 31 July 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *09 May 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation between 15 and 31 May 2025. New Planned Solicitation Dates: Between 15 - 30 May 2025 Anticipated Proposal Due Date: Between 1 - 15 June 2025 - Dates are subject to change. GSA will update this notice once firm dates are recieved.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ * 1 May 2025: Updating pre-solicitation due to change (2nd) in planned solicitation and proposal due dates.* New Planned Solicitation and Proposal Due Dates: 09 May 2025 ~ 21 May 2025 All other information remains unchanged at this time. We appologize for any incovenience and look forward to hearing from you on this project. ---------------------------------------------------------------------- * 24 April 2025: Update to pre-solicitation notice for a change in planned solicitation and proposal due dates.* New Planned Solicitation and Proposal Due Dates: 01 May 2025 ~ 15 May 2025 All other information remains unchanged at this time. -------------------------------------------------------------------------------- 16 April 2025: This is a pre-solicitation notice. GSA intends to issue a solicitation for Leasing Support Services. Services provided will support the General Services Administration (GSA), Public Building Service (PBS) Office of Leasing. The services will support the acquisition of leasehold interest and related real estate services for GSA's Federal tenants. Contract Title: GSA Leasing Support Services Max NAICS: 531210, Offices of Real Estate Agents and Brokers Planned Solicitation and Proposal Due Dates: 25 April 2025 ~ 05 May 2025 Issuing Contracting Office: GSA PBS Acquisition Division 8PQ 1 Denver Federal Center PO Box 25546, Building 41 Denver, CO 80225-0546 USA Contracting Officer: Felipe Jolles (felipe.jolles@gsa.gov) Contract Specialists: John Kelley (john.kelley@gsa.gov) Christine Allen (christine.allen1@gsa.gov) Description: GSA intends to issue a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for lease procurement support services. This contract facilitates the delivery of a holistic and integrated national lease acquisition program that will meet the current and future needs of GSA and tenant agencies through accomplishment of predefined tasks and the technical, consultative and decision-making expertise of our successful Contractors. The objective of this contract is to partner with the successful Contractors as trusted advisors to gain the benefit of their problem-solving skills, thought processes, professional judgment, innovation, collaboration, and negotiation skills. GSA will not make any direct commission payment or reimbursement to a Contractor for any contracted services. Rather, under the terms and conditions of this Contract, and in accordance with industry practice, successful Contractors have the opportunity to obtain payment for their services by collecting a negotiated real estate commission paid by a building owner (the successful offeror on a lease acquisition). The contractor will retain that commission as payment for services performed (“commission”). Each Contract will be performed in one of three (3) geographical zones. The solicitation is expected to result in two (2) base contracts per zone, creating a total of six (6) distinct contract awards. To ensure competitive diversity, each Contractor will be limited to a single contract award across all territories. See DRAFT statement of work attached for details. The Government intends to award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts having a base performance period of one (1) year, with four (4) one year option periods. The exercise of an option period is the unilateral right of GSA. The Government reserves the right to add vendors, subtract vendors, or issue no contract award as a result of this solicitation. The Contractor shall provide all management, supervision, material, labor, supplies, and equipment for all of the services described in this solicitation. Services provided will support the General Services Administration (GSA), Public Building Service (PBS) Office of Leasing. The services will support the acquisition of leasehold interest and related real estate services for GSA's Federal tenants. The menu of services (Contract Line Item Numbers) are anticipated as follows: Lease Procurement Actions CLIN 0001 -- Module 1 -- Lease Acquisition -- Includes new, replacing, succeeding, superseding, Census or disaster lease acquisitions CLIN 0002 -- Module 2 -- Lease Acquisition + Post Award Services -- Includes new, replacing, succeeding, superseding, Census or disaster lease acquisitions and Post Award Services CLIN 0003 -- Module 3 -- Lease Renewal -- Includes the addition of a renewal and the exercise of said renewal CLIN 0004 -- Module 4 -- Lease Extension -- Increase the term of an existing lease Set-Aside: No Small Business set-aside Other Requirements: Contractors must have an active registration in the System for Award Management (SAM) at time proposals are due and SAM registration must remain active throughout the period of performance in order to receive a government contract award. An active registration is one that complies with the annual representations and certifications requirements. To register, the SAM.gov Internet address is: https://sam.gov/ Proposals Due Date: 4:00 PM (Eastern Time) on 05 May 2025. All responsible sources may submit a proposal which shall be considered by GSA. Contract Award Estimated Dollar Value: (Minimum Guaranteed) $50,000 per awardee Projected Contract Award Date: 30 June 2025
GSA Leasing Support Services Max (GLS Max)
*05 September 2025: Updated Pre-Solicitation Notice: Revised Solicitation and Proposal Submission Timeline Due to continuing administrative delays, GSA has revised the anticipated timeline for the release of the upcoming solicitation and associated proposal submission period. New Planned Solicitation Date range: 01 Oct 2025 and 31 Dec 2025 Anticipated Proposal Due Date range: 01 Jan 2026 and 30 Mar 2026 GSA remains committed to providing timely updates and appreciates your continued interest and patience. ------------------------------------------------------------------------------------------------------ *31 July 2025: Updating pre-solicitation for delay in planned solicitation and proposal due dates. Due to administrative delays, GSA now anticipates issuing this solicitation durring the month of August 2025. New Planned Solicitation Date range: 01 Aug 2025 and 31 Aug 2025 Anticipated Proposal Due Date range: 01 Sep 2025 and 30 Sep 2025 DRAFT Statement of Work is updated with clarifications of zone information and sub-contracting plan requirements provided. Please reference the attached 'SOW GSA Leasing Support Services GLS Max.pdf' for details. All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ **21 July 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates. GSA is also releasing a DRAFT statement of work, document titled "SOW GLS Max DRAFT 2025 07 17.pdf" dated 17 July 2025, as an attachment to this presolicitation notice.** GSA now anticipates issuing this solicitation between the dates of 22 July 2025 and 29 July 2025. New Planned Solicitation Date range: 22 July 2025 and 29 July 2025 Anticipated Proposal Due Date range: 25 August 2025 and 01 September 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *01 July 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation between the dates of 07 July 2025 and 21 July 2025. New Planned Solicitation Date range: 07 July 2025 and 21 July 2025 Anticipated Proposal Due Date range: 07 August 2025 and 21 August 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *30 May 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation on 30 June 2025. New Planned Solicitation Date: 30 June 2025 Anticipated Proposal Due Date: 31 July 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *09 May 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation between 15 and 31 May 2025. New Planned Solicitation Dates: Between 15 - 30 May 2025 Anticipated Proposal Due Date: Between 1 - 15 June 2025 - Dates are subject to change. GSA will update this notice once firm dates are recieved.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ * 1 May 2025: Updating pre-solicitation due to change (2nd) in planned solicitation and proposal due dates.* New Planned Solicitation and Proposal Due Dates: 09 May 2025 ~ 21 May 2025 All other information remains unchanged at this time. We appologize for any incovenience and look forward to hearing from you on this project. ---------------------------------------------------------------------- * 24 April 2025: Update to pre-solicitation notice for a change in planned solicitation and proposal due dates.* New Planned Solicitation and Proposal Due Dates: 01 May 2025 ~ 15 May 2025 All other information remains unchanged at this time. -------------------------------------------------------------------------------- 16 April 2025: This is a pre-solicitation notice. GSA intends to issue a solicitation for Leasing Support Services. Services provided will support the General Services Administration (GSA), Public Building Service (PBS) Office of Leasing. The services will support the acquisition of leasehold interest and related real estate services for GSA's Federal tenants. Contract Title: GSA Leasing Support Services Max NAICS: 531210, Offices of Real Estate Agents and Brokers Planned Solicitation and Proposal Due Dates: 25 April 2025 ~ 05 May 2025 Issuing Contracting Office: GSA PBS Acquisition Division 8PQ 1 Denver Federal Center PO Box 25546, Building 41 Denver, CO 80225-0546 USA Contracting Officer: Felipe Jolles (felipe.jolles@gsa.gov) Contract Specialists: John Kelley (john.kelley@gsa.gov) Christine Allen (christine.allen1@gsa.gov) Description: GSA intends to issue a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for lease procurement support services. This contract facilitates the delivery of a holistic and integrated national lease acquisition program that will meet the current and future needs of GSA and tenant agencies through accomplishment of predefined tasks and the technical, consultative and decision-making expertise of our successful Contractors. The objective of this contract is to partner with the successful Contractors as trusted advisors to gain the benefit of their problem-solving skills, thought processes, professional judgment, innovation, collaboration, and negotiation skills. GSA will not make any direct commission payment or reimbursement to a Contractor for any contracted services. Rather, under the terms and conditions of this Contract, and in accordance with industry practice, successful Contractors have the opportunity to obtain payment for their services by collecting a negotiated real estate commission paid by a building owner (the successful offeror on a lease acquisition). The contractor will retain that commission as payment for services performed (“commission”). Each Contract will be performed in one of three (3) geographical zones. The solicitation is expected to result in two (2) base contracts per zone, creating a total of six (6) distinct contract awards. To ensure competitive diversity, each Contractor will be limited to a single contract award across all territories. See DRAFT statement of work attached for details. The Government intends to award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts having a base performance period of one (1) year, with four (4) one year option periods. The exercise of an option period is the unilateral right of GSA. The Government reserves the right to add vendors, subtract vendors, or issue no contract award as a result of this solicitation. The Contractor shall provide all management, supervision, material, labor, supplies, and equipment for all of the services described in this solicitation. Services provided will support the General Services Administration (GSA), Public Building Service (PBS) Office of Leasing. The services will support the acquisition of leasehold interest and related real estate services for GSA's Federal tenants. The menu of services (Contract Line Item Numbers) are anticipated as follows: Lease Procurement Actions CLIN 0001 -- Module 1 -- Lease Acquisition -- Includes new, replacing, succeeding, superseding, Census or disaster lease acquisitions CLIN 0002 -- Module 2 -- Lease Acquisition + Post Award Services -- Includes new, replacing, succeeding, superseding, Census or disaster lease acquisitions and Post Award Services CLIN 0003 -- Module 3 -- Lease Renewal -- Includes the addition of a renewal and the exercise of said renewal CLIN 0004 -- Module 4 -- Lease Extension -- Increase the term of an existing lease Set-Aside: No Small Business set-aside Other Requirements: Contractors must have an active registration in the System for Award Management (SAM) at time proposals are due and SAM registration must remain active throughout the period of performance in order to receive a government contract award. An active registration is one that complies with the annual representations and certifications requirements. To register, the SAM.gov Internet address is: https://sam.gov/ Proposals Due Date: 4:00 PM (Eastern Time) on 05 May 2025. All responsible sources may submit a proposal which shall be considered by GSA. Contract Award Estimated Dollar Value: (Minimum Guaranteed) $50,000 per awardee Projected Contract Award Date: 30 June 2025
Broad Agency Announcement for Advanced Battle Management Systems (ABMS)
24 Apr 2024 Call 005, Call Sensors & Cyber Electro Magnetic Activities BAA 19 Mar 2024 Call 003 Amendment 5 Minor administrative changes (owning organization updated from Air Force Life Cycle Management Center Architecture and Integration Directorate (AFLCMC/XA) to Command, Control, Communication for Battle Management (AFLCMC/C3)); updated contact information in Section 1; additional Proposal Due Dates added in Section 5. 19 Dec 2023 Request for Information Battlespace Command & Control Center (BC3) Software Acquisition (see attachments). 9 Aug 2023 Request for Information Content Delivery Network (see attachments). 8 April 2023 Call 002 Request for Information (see attachments). 10 February 2022 Call 001 / Call 002 Amendment 5 As of this date, the Government is no longer accepting new proposals / concept papers in response to these Calls. The Government will issue a further Amendment to these Calls or a separate Call if it desires to request additional proposals / concept papers in the future. 3 June 2021 Call 001 Amendment 4 Primary and Alternate Contacts updated. 3 June 2021 Call 002 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted. 3 June 2021 Call 003 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, due dates updated, On-Ramp Exercise paragraph deleted. 15 April 2021 Call 001 Amendment 3: Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLMCM/XA), ABMS changed to JADC2, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted 20 November 2020 Call 003: Attachments added 20 November 2020 Broad Agency Announcement Guide: Updated to Attachments/Links 10 November 2020 Broad Agency Announcement Guide: Added to Attachments/Links 10 November 2020 Call 003: Section 3 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 002: Broad Agency Announcement (BAA) Guide for Industry is included in the Attachments/Links section; Section 4 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 001: No Updates. Reattached Amendment 2 as posted 30 September 2020. 30 September 2020: Call 001: Updated contact information for “Primary” in Section 1; Basis of Proposal Evaluation, Technical criteria and Past experience criteria updated in Section 3; Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 002: Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 003: Updated contact information for “Primary” in Section 1; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 3; Proposal Due Dates updated in Section 5 30 September 2020: Frequently Asked Questions Were updated 10 June 2020: Model IDIQ Contract added to attachments and links. 08 June 2020: : Call 001: Updated contact information for “Alternate” in Section 1; added Not-To-Exceed amount in Section 3, Volume 2 paragraph; added “Section 4: Planned Demonstrations/Exercises/On-Ramp Events”; model ID/IQ contract added as an attachment 08 June 2020: : Call 002: Updated contact information for “Alternate” in Section 1 and “Section 4: Planned Demonstrations/Exercises/On-Ramp Events” added 08 June 2020: : Call 003: Updated contact information for “Alternate” in Section 1 03 June 2020: Administrative update to the include 'FA8612 AFLCMC CAIO' as the issuing office. 24 April 2020: Amendment 003 issued to publish Call 003 requesting responses for technologies and solutions to support future ABMS technology demonstrations at no cost via a Cooperative Research and Development Agreement (CRADA.) 10 March 2020: Amendment 002 issued to publish a Frequently Asked Questions (FAQ) document to address questions received on Calls 001 and 002. 03 March 2020: Amendment 001 issued to publish Call 002 requesting responses for ideas, technologies and solutions to support the ABMS. 28 February 2020: Original Announcement issued to publish the BAA and Call 001 requesting responses to participate on the ABMS/ID/IQ contract. The Air Force Lifecycle Management Center, Advanced Battle Management Systems (ABMS) Chief Architect Integration Office (CAIO) releases the Broad Agency Announcement for Advanced Battle Management Systems (ABMS) Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Issue Date: 28 February 2020 NOTE This is only an announcement; PLEASE DO NOT SUBMIT PROPOSALS IN RESPONSE. Subsequent calls will be issued under this announcement to solicit proposals for specific efforts. Please refer to the attachment section of this announcement for the calls. Publication of this announcement does not obligate the DoD to review any white papers submission beyond an initial administrative review, or to award any specific project, or to obligate any available funds. Executive Summary In order to effectively engage peer and near-peer adversaries, the U.S. Air Force needs to develop, acquire and operate systems as a unified force across all domains (air, land, sea, space, cyber, and electromagnetic spectrum). The Department of the Air Force Rapid Capabilities Office (DAFRCO) in partnership with the Air Force Life Cycle Management Center Command, Control, Communication for Battle Management (AFLCMC/C3) seeks to develop a cross-cutter portfolio of complimentary/ linked projects and programs to support Joint All-Domain Command & Control (JADC2) and the Advanced Battle Management System (ABMS). The Air Force intends to facilitate the rapid exploration and maturation of innovative technologies. The Air Force will support future operations by providing the critical surveillance, tactical edge communications, processing, networking, and battle management command and control capabilities to the joint warfighting force. ABMS is not envisioned as a single program of record, but rather an open architecture family of systems that enables capabilities via multiple integrated platforms. ABMS will realize the vision of JADC2 to enhance and expand capabilities by enabling any sensor to inform any shooter in any domain—land, sea, air, space, and cyberspace. In an interview with Air Force Magazine in April 2019, General Goldfein stated, “It is a significant move for the Air Force to shift from a platform solution on command and control and battle management to a network solution going forward, and our future in the business of joint warfighting is to ensure that we’re taking every sensor and every shooter and connecting them together to overwhelm an adversary”. Our aim is to have intelligence and targeting data transformed into timely and actionable information through trusted networks and intelligent algorithms that enable our people to focus on decisions. In this construct, information is a service, rather than a platform, and the layers of sensing and the communication pathways will provide reliability and assurance in contested environments. General Information Federal Agency Name: AFLCMC/C3 Broad Agency Announcement Title: Advanced Battle Management System Broad Agency Announcement Type: This is the initial announcement. Broad Agency Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Closing Date: This BAA will remain open until 31 December 2026, unless superseded, amended, or cancelled. Periodically, but no less than annually, the BAA will be assessed and updates will be issued via amendment. BAA Calls: As applicable, individual calls for white papers or proposals for specific technology areas of interest will be issued under this BAA announcement. BAA calls may utilize the 1-Step or 2-Step process for propsals. Each call will identify: the process being used; specific details regarding the call technical topic area; submission instructions, to include due dates; review, evaluation and selection criteria; and any other relevant information specific to the call. Address contracting questions to the Contracting POC: Ms. Katie Rasmussen kathleen.rasmussen.2@us.af.mil Phone Number: (937) 255-8421 Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the FAR or Other Transaction (OT) for Prototype. Rights in Technical Data, Computer Software and Computer Software Documentation: It is the Government's intention to acquire only the delivery of technical data and computer software and the rights in that technical data and computer software that is necessary to satisfy agency needs, and this will be negotiated on a case-by-case basis. Industry Classification and Business Size Standards: The North American Industry Classification System (NAICS) code for this announcement is 541715 - Research and Development Physical, Engineering, and Life Sciences with a small business size standard of 1000 employees. Eligibility Information: Although participation is encouraged, no portion of this BAA is set-aside for small businesses, to include veteran-owned, service-disabled veteran-owned, Historically Underutilized Business Zone (HUBZone) program, small disadvantaged, women-owned, and historically black colleges and universities and minority institutions. Foreign or foreign-owned contractors are advised that their participation, while not precluded, is subject to foreign disclosure review procedures. Foreign contractors should contact the Primary Contracting POC identified in each specific call if they contemplate responding to this BAA. Disclaimers/Notifications: The U.S. Air Force reserves the right to select all, some, partial white paper content, or none of the white papers received in response to this BAA throughout its term. The U.S. Air Force reserves the right to initiate clarification of white papers and other material submitted in response to this BAA with Offerors when deemed necessary. All awards are subject to the availability of funds. Offerors will not be reimbursed for white paper development costs. There shall be no basis for claims against the Government as a result of any information submitted in response to this BAA. White papers and other material submitted with the white paper for review purposes under this BAA will not be returned.
Broad Agency Announcement for Advanced Battle Management Systems (ABMS)
24 Apr 2024 Call 005, Call Sensors & Cyber Electro Magnetic Activities BAA 19 Mar 2024 Call 003 Amendment 5 Minor administrative changes (owning organization updated from Air Force Life Cycle Management Center Architecture and Integration Directorate (AFLCMC/XA) to Command, Control, Communication for Battle Management (AFLCMC/C3)); updated contact information in Section 1; additional Proposal Due Dates added in Section 5. 19 Dec 2023 Request for Information Battlespace Command & Control Center (BC3) Software Acquisition (see attachments). 9 Aug 2023 Request for Information Content Delivery Network (see attachments). 8 April 2023 Call 002 Request for Information (see attachments). 10 February 2022 Call 001 / Call 002 Amendment 5 As of this date, the Government is no longer accepting new proposals / concept papers in response to these Calls. The Government will issue a further Amendment to these Calls or a separate Call if it desires to request additional proposals / concept papers in the future. 3 June 2021 Call 001 Amendment 4 Primary and Alternate Contacts updated. 3 June 2021 Call 002 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted. 3 June 2021 Call 003 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, due dates updated, On-Ramp Exercise paragraph deleted. 15 April 2021 Call 001 Amendment 3: Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLMCM/XA), ABMS changed to JADC2, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted 20 November 2020 Call 003: Attachments added 20 November 2020 Broad Agency Announcement Guide: Updated to Attachments/Links 10 November 2020 Broad Agency Announcement Guide: Added to Attachments/Links 10 November 2020 Call 003: Section 3 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 002: Broad Agency Announcement (BAA) Guide for Industry is included in the Attachments/Links section; Section 4 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 001: No Updates. Reattached Amendment 2 as posted 30 September 2020. 30 September 2020: Call 001: Updated contact information for “Primary” in Section 1; Basis of Proposal Evaluation, Technical criteria and Past experience criteria updated in Section 3; Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 002: Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 003: Updated contact information for “Primary” in Section 1; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 3; Proposal Due Dates updated in Section 5 30 September 2020: Frequently Asked Questions Were updated 10 June 2020: Model IDIQ Contract added to attachments and links. 08 June 2020: : Call 001: Updated contact information for “Alternate” in Section 1; added Not-To-Exceed amount in Section 3, Volume 2 paragraph; added “Section 4: Planned Demonstrations/Exercises/On-Ramp Events”; model ID/IQ contract added as an attachment 08 June 2020: : Call 002: Updated contact information for “Alternate” in Section 1 and “Section 4: Planned Demonstrations/Exercises/On-Ramp Events” added 08 June 2020: : Call 003: Updated contact information for “Alternate” in Section 1 03 June 2020: Administrative update to the include 'FA8612 AFLCMC CAIO' as the issuing office. 24 April 2020: Amendment 003 issued to publish Call 003 requesting responses for technologies and solutions to support future ABMS technology demonstrations at no cost via a Cooperative Research and Development Agreement (CRADA.) 10 March 2020: Amendment 002 issued to publish a Frequently Asked Questions (FAQ) document to address questions received on Calls 001 and 002. 03 March 2020: Amendment 001 issued to publish Call 002 requesting responses for ideas, technologies and solutions to support the ABMS. 28 February 2020: Original Announcement issued to publish the BAA and Call 001 requesting responses to participate on the ABMS/ID/IQ contract. The Air Force Lifecycle Management Center, Advanced Battle Management Systems (ABMS) Chief Architect Integration Office (CAIO) releases the Broad Agency Announcement for Advanced Battle Management Systems (ABMS) Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Issue Date: 28 February 2020 NOTE This is only an announcement; PLEASE DO NOT SUBMIT PROPOSALS IN RESPONSE. Subsequent calls will be issued under this announcement to solicit proposals for specific efforts. Please refer to the attachment section of this announcement for the calls. Publication of this announcement does not obligate the DoD to review any white papers submission beyond an initial administrative review, or to award any specific project, or to obligate any available funds. Executive Summary In order to effectively engage peer and near-peer adversaries, the U.S. Air Force needs to develop, acquire and operate systems as a unified force across all domains (air, land, sea, space, cyber, and electromagnetic spectrum). The Department of the Air Force Rapid Capabilities Office (DAFRCO) in partnership with the Air Force Life Cycle Management Center Command, Control, Communication for Battle Management (AFLCMC/C3) seeks to develop a cross-cutter portfolio of complimentary/ linked projects and programs to support Joint All-Domain Command & Control (JADC2) and the Advanced Battle Management System (ABMS). The Air Force intends to facilitate the rapid exploration and maturation of innovative technologies. The Air Force will support future operations by providing the critical surveillance, tactical edge communications, processing, networking, and battle management command and control capabilities to the joint warfighting force. ABMS is not envisioned as a single program of record, but rather an open architecture family of systems that enables capabilities via multiple integrated platforms. ABMS will realize the vision of JADC2 to enhance and expand capabilities by enabling any sensor to inform any shooter in any domain—land, sea, air, space, and cyberspace. In an interview with Air Force Magazine in April 2019, General Goldfein stated, “It is a significant move for the Air Force to shift from a platform solution on command and control and battle management to a network solution going forward, and our future in the business of joint warfighting is to ensure that we’re taking every sensor and every shooter and connecting them together to overwhelm an adversary”. Our aim is to have intelligence and targeting data transformed into timely and actionable information through trusted networks and intelligent algorithms that enable our people to focus on decisions. In this construct, information is a service, rather than a platform, and the layers of sensing and the communication pathways will provide reliability and assurance in contested environments. General Information Federal Agency Name: AFLCMC/C3 Broad Agency Announcement Title: Advanced Battle Management System Broad Agency Announcement Type: This is the initial announcement. Broad Agency Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Closing Date: This BAA will remain open until 31 December 2026, unless superseded, amended, or cancelled. Periodically, but no less than annually, the BAA will be assessed and updates will be issued via amendment. BAA Calls: As applicable, individual calls for white papers or proposals for specific technology areas of interest will be issued under this BAA announcement. BAA calls may utilize the 1-Step or 2-Step process for propsals. Each call will identify: the process being used; specific details regarding the call technical topic area; submission instructions, to include due dates; review, evaluation and selection criteria; and any other relevant information specific to the call. Address contracting questions to the Contracting POC: Ms. Katie Rasmussen kathleen.rasmussen.2@us.af.mil Phone Number: (937) 255-8421 Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the FAR or Other Transaction (OT) for Prototype. Rights in Technical Data, Computer Software and Computer Software Documentation: It is the Government's intention to acquire only the delivery of technical data and computer software and the rights in that technical data and computer software that is necessary to satisfy agency needs, and this will be negotiated on a case-by-case basis. Industry Classification and Business Size Standards: The North American Industry Classification System (NAICS) code for this announcement is 541715 - Research and Development Physical, Engineering, and Life Sciences with a small business size standard of 1000 employees. Eligibility Information: Although participation is encouraged, no portion of this BAA is set-aside for small businesses, to include veteran-owned, service-disabled veteran-owned, Historically Underutilized Business Zone (HUBZone) program, small disadvantaged, women-owned, and historically black colleges and universities and minority institutions. Foreign or foreign-owned contractors are advised that their participation, while not precluded, is subject to foreign disclosure review procedures. Foreign contractors should contact the Primary Contracting POC identified in each specific call if they contemplate responding to this BAA. Disclaimers/Notifications: The U.S. Air Force reserves the right to select all, some, partial white paper content, or none of the white papers received in response to this BAA throughout its term. The U.S. Air Force reserves the right to initiate clarification of white papers and other material submitted in response to this BAA with Offerors when deemed necessary. All awards are subject to the availability of funds. Offerors will not be reimbursed for white paper development costs. There shall be no basis for claims against the Government as a result of any information submitted in response to this BAA. White papers and other material submitted with the white paper for review purposes under this BAA will not be returned.
Broad Agency Announcement for Advanced Battle Management Systems (ABMS)
19 Mar 2024 Call 003 Amendment 5 Minor administrative changes (owning organization updated from Air Force Life Cycle Management Center Architecture and Integration Directorate (AFLCMC/XA) to Command, Control, Communication for Battle Management (AFLCMC/C3)); updated contact information in Section 1; additional Proposal Due Dates added in Section 5. 19 Dec 2023 Request for Information Battlespace Command & Control Center (BC3) Software Acquisition (see attachments). 9 Aug 2023 Request for Information Content Delivery Network (see attachments). 8 April 2023 Call 002 Request for Information (see attachments). 10 February 2022 Call 001 / Call 002 Amendment 5 As of this date, the Government is no longer accepting new proposals / concept papers in response to these Calls. The Government will issue a further Amendment to these Calls or a separate Call if it desires to request additional proposals / concept papers in the future. 3 June 2021 Call 001 Amendment 4 Primary and Alternate Contacts updated. 3 June 2021 Call 002 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted. 3 June 2021 Call 003 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, due dates updated, On-Ramp Exercise paragraph deleted. 15 April 2021 Call 001 Amendment 3: Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLMCM/XA), ABMS changed to JADC2, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted 20 November 2020 Call 003: Attachments added 20 November 2020 Broad Agency Announcement Guide: Updated to Attachments/Links 10 November 2020 Broad Agency Announcement Guide: Added to Attachments/Links 10 November 2020 Call 003: Section 3 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 002: Broad Agency Announcement (BAA) Guide for Industry is included in the Attachments/Links section; Section 4 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 001: No Updates. Reattached Amendment 2 as posted 30 September 2020. 30 September 2020: Call 001: Updated contact information for “Primary” in Section 1; Basis of Proposal Evaluation, Technical criteria and Past experience criteria updated in Section 3; Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 002: Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 003: Updated contact information for “Primary” in Section 1; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 3; Proposal Due Dates updated in Section 5 30 September 2020: Frequently Asked Questions Were updated 10 June 2020: Model IDIQ Contract added to attachments and links. 08 June 2020: : Call 001: Updated contact information for “Alternate” in Section 1; added Not-To-Exceed amount in Section 3, Volume 2 paragraph; added “Section 4: Planned Demonstrations/Exercises/On-Ramp Events”; model ID/IQ contract added as an attachment 08 June 2020: : Call 002: Updated contact information for “Alternate” in Section 1 and “Section 4: Planned Demonstrations/Exercises/On-Ramp Events” added 08 June 2020: : Call 003: Updated contact information for “Alternate” in Section 1 03 June 2020: Administrative update to the include 'FA8612 AFLCMC CAIO' as the issuing office. 24 April 2020: Amendment 003 issued to publish Call 003 requesting responses for technologies and solutions to support future ABMS technology demonstrations at no cost via a Cooperative Research and Development Agreement (CRADA.) 10 March 2020: Amendment 002 issued to publish a Frequently Asked Questions (FAQ) document to address questions received on Calls 001 and 002. 03 March 2020: Amendment 001 issued to publish Call 002 requesting responses for ideas, technologies and solutions to support the ABMS. 28 February 2020: Original Announcement issued to publish the BAA and Call 001 requesting responses to participate on the ABMS/ID/IQ contract. The Air Force Lifecycle Management Center, Advanced Battle Management Systems (ABMS) Chief Architect Integration Office (CAIO) releases the Broad Agency Announcement for Advanced Battle Management Systems (ABMS) Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Issue Date: 28 February 2020 NOTE This is only an announcement; PLEASE DO NOT SUBMIT PROPOSALS IN RESPONSE. Subsequent calls will be issued under this announcement to solicit proposals for specific efforts. Please refer to the attachment section of this announcement for the calls. Publication of this announcement does not obligate the DoD to review any white papers submission beyond an initial administrative review, or to award any specific project, or to obligate any available funds. Executive Summary In order to effectively engage peer and near-peer adversaries, the U.S. Air Force needs to develop, acquire and operate systems as a unified force across all domains (air, land, sea, space, cyber, and electromagnetic spectrum). The Department of the Air Force Rapid Capabilities Office (DAFRCO) in partnership with the Air Force Life Cycle Management Center Command, Control, Communication for Battle Management (AFLCMC/C3) seeks to develop a cross-cutter portfolio of complimentary/ linked projects and programs to support Joint All-Domain Command & Control (JADC2) and the Advanced Battle Management System (ABMS). The Air Force intends to facilitate the rapid exploration and maturation of innovative technologies. The Air Force will support future operations by providing the critical surveillance, tactical edge communications, processing, networking, and battle management command and control capabilities to the joint warfighting force. ABMS is not envisioned as a single program of record, but rather an open architecture family of systems that enables capabilities via multiple integrated platforms. ABMS will realize the vision of JADC2 to enhance and expand capabilities by enabling any sensor to inform any shooter in any domain—land, sea, air, space, and cyberspace. In an interview with Air Force Magazine in April 2019, General Goldfein stated, “It is a significant move for the Air Force to shift from a platform solution on command and control and battle management to a network solution going forward, and our future in the business of joint warfighting is to ensure that we’re taking every sensor and every shooter and connecting them together to overwhelm an adversary”. Our aim is to have intelligence and targeting data transformed into timely and actionable information through trusted networks and intelligent algorithms that enable our people to focus on decisions. In this construct, information is a service, rather than a platform, and the layers of sensing and the communication pathways will provide reliability and assurance in contested environments. General Information Federal Agency Name: AFLCMC/C3 Broad Agency Announcement Title: Advanced Battle Management System Broad Agency Announcement Type: This is the initial announcement. Broad Agency Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Closing Date: This BAA will remain open until 31 December 2026, unless superseded, amended, or cancelled. Periodically, but no less than annually, the BAA will be assessed and updates will be issued via amendment. BAA Calls: As applicable, individual calls for white papers or proposals for specific technology areas of interest will be issued under this BAA announcement. BAA calls may utilize the 1-Step or 2-Step process for propsals. Each call will identify: the process being used; specific details regarding the call technical topic area; submission instructions, to include due dates; review, evaluation and selection criteria; and any other relevant information specific to the call. Address contracting questions to the Contracting POC: Ms. Katie Rasmussen kathleen.rasmussen.2@us.af.mil Phone Number: (937) 255-8421 Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the FAR or Other Transaction (OT) for Prototype. Rights in Technical Data, Computer Software and Computer Software Documentation: It is the Government's intention to acquire only the delivery of technical data and computer software and the rights in that technical data and computer software that is necessary to satisfy agency needs, and this will be negotiated on a case-by-case basis. Industry Classification and Business Size Standards: The North American Industry Classification System (NAICS) code for this announcement is 541715 - Research and Development Physical, Engineering, and Life Sciences with a small business size standard of 1000 employees. Eligibility Information: Although participation is encouraged, no portion of this BAA is set-aside for small businesses, to include veteran-owned, service-disabled veteran-owned, Historically Underutilized Business Zone (HUBZone) program, small disadvantaged, women-owned, and historically black colleges and universities and minority institutions. Foreign or foreign-owned contractors are advised that their participation, while not precluded, is subject to foreign disclosure review procedures. Foreign contractors should contact the Primary Contracting POC identified in each specific call if they contemplate responding to this BAA. Disclaimers/Notifications: The U.S. Air Force reserves the right to select all, some, partial white paper content, or none of the white papers received in response to this BAA throughout its term. The U.S. Air Force reserves the right to initiate clarification of white papers and other material submitted in response to this BAA with Offerors when deemed necessary. All awards are subject to the availability of funds. Offerors will not be reimbursed for white paper development costs. There shall be no basis for claims against the Government as a result of any information submitted in response to this BAA. White papers and other material submitted with the white paper for review purposes under this BAA will not be returned.
Broad Agency Announcement for Advanced Battle Management Systems (ABMS)
24 Apr 2024 Call 005, Call Sensors & Cyber Electro Magnetic Activities BAA 19 Mar 2024 Call 003 Amendment 5 Minor administrative changes (owning organization updated from Air Force Life Cycle Management Center Architecture and Integration Directorate (AFLCMC/XA) to Command, Control, Communication for Battle Management (AFLCMC/C3)); updated contact information in Section 1; additional Proposal Due Dates added in Section 5. 19 Dec 2023 Request for Information Battlespace Command & Control Center (BC3) Software Acquisition (see attachments). 9 Aug 2023 Request for Information Content Delivery Network (see attachments). 8 April 2023 Call 002 Request for Information (see attachments). 10 February 2022 Call 001 / Call 002 Amendment 5 As of this date, the Government is no longer accepting new proposals / concept papers in response to these Calls. The Government will issue a further Amendment to these Calls or a separate Call if it desires to request additional proposals / concept papers in the future. 3 June 2021 Call 001 Amendment 4 Primary and Alternate Contacts updated. 3 June 2021 Call 002 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted. 3 June 2021 Call 003 Amendment 4 Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLCMC/XA), ABMS changed to JADC2, Alternate Contact updated, due dates updated, On-Ramp Exercise paragraph deleted. 15 April 2021 Call 001 Amendment 3: Minor administrative changes (owning organization updated from Chief Architect’s Integration Office or CAIO to the Air Force Life Cycle Management Center Architecture and Integration Directorate or AFLMCM/XA), ABMS changed to JADC2, reference to BAA Guide for Industry deleted, Basic NIST SP 800-171 DoD Assessment requirements included, due dates updated, On-Ramp Exercise paragraph deleted 20 November 2020 Call 003: Attachments added 20 November 2020 Broad Agency Announcement Guide: Updated to Attachments/Links 10 November 2020 Broad Agency Announcement Guide: Added to Attachments/Links 10 November 2020 Call 003: Section 3 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 002: Broad Agency Announcement (BAA) Guide for Industry is included in the Attachments/Links section; Section 4 updated to include On-Ramp Exercise #4 paragraph 10 November 2020 Call 001: No Updates. Reattached Amendment 2 as posted 30 September 2020. 30 September 2020: Call 001: Updated contact information for “Primary” in Section 1; Basis of Proposal Evaluation, Technical criteria and Past experience criteria updated in Section 3; Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 002: Proposal Due Dates and Award Notices updated in Section 3; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 4 30 September 2020: Call 003: Updated contact information for “Primary” in Section 1; Planned Demonstrations/Exercises/On-Ramp Events updated in Section 3; Proposal Due Dates updated in Section 5 30 September 2020: Frequently Asked Questions Were updated 10 June 2020: Model IDIQ Contract added to attachments and links. 08 June 2020: : Call 001: Updated contact information for “Alternate” in Section 1; added Not-To-Exceed amount in Section 3, Volume 2 paragraph; added “Section 4: Planned Demonstrations/Exercises/On-Ramp Events”; model ID/IQ contract added as an attachment 08 June 2020: : Call 002: Updated contact information for “Alternate” in Section 1 and “Section 4: Planned Demonstrations/Exercises/On-Ramp Events” added 08 June 2020: : Call 003: Updated contact information for “Alternate” in Section 1 03 June 2020: Administrative update to the include 'FA8612 AFLCMC CAIO' as the issuing office. 24 April 2020: Amendment 003 issued to publish Call 003 requesting responses for technologies and solutions to support future ABMS technology demonstrations at no cost via a Cooperative Research and Development Agreement (CRADA.) 10 March 2020: Amendment 002 issued to publish a Frequently Asked Questions (FAQ) document to address questions received on Calls 001 and 002. 03 March 2020: Amendment 001 issued to publish Call 002 requesting responses for ideas, technologies and solutions to support the ABMS. 28 February 2020: Original Announcement issued to publish the BAA and Call 001 requesting responses to participate on the ABMS/ID/IQ contract. The Air Force Lifecycle Management Center, Advanced Battle Management Systems (ABMS) Chief Architect Integration Office (CAIO) releases the Broad Agency Announcement for Advanced Battle Management Systems (ABMS) Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Issue Date: 28 February 2020 NOTE This is only an announcement; PLEASE DO NOT SUBMIT PROPOSALS IN RESPONSE. Subsequent calls will be issued under this announcement to solicit proposals for specific efforts. Please refer to the attachment section of this announcement for the calls. Publication of this announcement does not obligate the DoD to review any white papers submission beyond an initial administrative review, or to award any specific project, or to obligate any available funds. Executive Summary In order to effectively engage peer and near-peer adversaries, the U.S. Air Force needs to develop, acquire and operate systems as a unified force across all domains (air, land, sea, space, cyber, and electromagnetic spectrum). The Department of the Air Force Rapid Capabilities Office (DAFRCO) in partnership with the Air Force Life Cycle Management Center Command, Control, Communication for Battle Management (AFLCMC/C3) seeks to develop a cross-cutter portfolio of complimentary/ linked projects and programs to support Joint All-Domain Command & Control (JADC2) and the Advanced Battle Management System (ABMS). The Air Force intends to facilitate the rapid exploration and maturation of innovative technologies. The Air Force will support future operations by providing the critical surveillance, tactical edge communications, processing, networking, and battle management command and control capabilities to the joint warfighting force. ABMS is not envisioned as a single program of record, but rather an open architecture family of systems that enables capabilities via multiple integrated platforms. ABMS will realize the vision of JADC2 to enhance and expand capabilities by enabling any sensor to inform any shooter in any domain—land, sea, air, space, and cyberspace. In an interview with Air Force Magazine in April 2019, General Goldfein stated, “It is a significant move for the Air Force to shift from a platform solution on command and control and battle management to a network solution going forward, and our future in the business of joint warfighting is to ensure that we’re taking every sensor and every shooter and connecting them together to overwhelm an adversary”. Our aim is to have intelligence and targeting data transformed into timely and actionable information through trusted networks and intelligent algorithms that enable our people to focus on decisions. In this construct, information is a service, rather than a platform, and the layers of sensing and the communication pathways will provide reliability and assurance in contested environments. General Information Federal Agency Name: AFLCMC/C3 Broad Agency Announcement Title: Advanced Battle Management System Broad Agency Announcement Type: This is the initial announcement. Broad Agency Announcement Number: BAA-AFLCMC_CAIO-2020-0001 Closing Date: This BAA will remain open until 31 December 2026, unless superseded, amended, or cancelled. Periodically, but no less than annually, the BAA will be assessed and updates will be issued via amendment. BAA Calls: As applicable, individual calls for white papers or proposals for specific technology areas of interest will be issued under this BAA announcement. BAA calls may utilize the 1-Step or 2-Step process for propsals. Each call will identify: the process being used; specific details regarding the call technical topic area; submission instructions, to include due dates; review, evaluation and selection criteria; and any other relevant information specific to the call. Address contracting questions to the Contracting POC: Mr. Marcus Green marcus.green.7@us.af.mil Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the FAR or Other Transaction (OT) for Prototype. Rights in Technical Data, Computer Software and Computer Software Documentation: It is the Government's intention to acquire only the delivery of technical data and computer software and the rights in that technical data and computer software that is necessary to satisfy agency needs, and this will be negotiated on a case-by-case basis. Industry Classification and Business Size Standards: The North American Industry Classification System (NAICS) code for this announcement is 541715 - Research and Development Physical, Engineering, and Life Sciences with a small business size standard of 1000 employees. Eligibility Information: Although participation is encouraged, no portion of this BAA is set-aside for small businesses, to include veteran-owned, service-disabled veteran-owned, Historically Underutilized Business Zone (HUBZone) program, small disadvantaged, women-owned, and historically black colleges and universities and minority institutions. Foreign or foreign-owned contractors are advised that their participation, while not precluded, is subject to foreign disclosure review procedures. Foreign contractors should contact the Primary Contracting POC identified in each specific call if they contemplate responding to this BAA. Disclaimers/Notifications: The U.S. Air Force reserves the right to select all, some, partial white paper content, or none of the white papers received in response to this BAA throughout its term. The U.S. Air Force reserves the right to initiate clarification of white papers and other material submitted in response to this BAA with Offerors when deemed necessary. All awards are subject to the availability of funds. Offerors will not be reimbursed for white paper development costs. There shall be no basis for claims against the Government as a result of any information submitted in response to this BAA. White papers and other material submitted with the white paper for review purposes under this BAA will not be returned.
MDA Agile Professional Services Solution (MAPSS)
Update 4AUG25, MAPSS Organizational Conflict of Interest Guiding Principles has been published. Tranche 1 is active, all questions/comments must be sent to the Ordering Contracting Officer. Update 4FEB25, MAPSS Acquisition Strategy has been approved. White paper outlining tranches, estimated solicitation dates, NAICS/PSC determinations are being provided. Update 4NOV24, MAPSS Tranche and Crosswalk update provided. Specific dates for FOPR/RFP release & award cannot be provided at this time. Update 23OCT24, The following requirements, previously identified as Tranche 1, are being moved to Tranche 3: Core Engineering, Sensors and C2 Engineering, Ground Based Weapons Engineering & Sea Based Weapons System Engineering. Update 16Sep24, RFIs for Tranche 1, Tranche 2 and Tranch 6 have been updated. Please see v2 of the referenced documents. RFI responses for all Tranches are due 3 Oct 2024. This special notice is open until 4 oct 2025 to allow us to continue posting updates under the original MAPSS announcement. Update 13Sep24, RFIs for Tranches 1-6 are provided. Responses are due 12:00p.m. CST on Thursday, 3 Oct 24. Participation is voluntary, but encouraged if your company is interested in competing for a future MAPSS requirements. This is initial market research to solicit Industry’s feedback which will be used to form the basis of the overall MAPSS Acquisition Strategy. Market research will be refreshed in future years - by tranche - to ensure the Acquisition Strategy remains relevant. The final NAICS determination and contract vehicle for each requirement/capability area will depend on the group of work solicited at the time of proposal request. Update 1Aug 24, MAPSS Small Business Conference powerpoint presentation is now available. Update 3April24 MAPSS Industry Day Webinar Questions & Government Responses have been posted. Update 2April24. MAPSS Industry Day Webinar Presentation is now available. Update 1March24. 1) Special Notice for Industry Day Webinar updated. If you plan to attend, please see updated attached notice for more information. Registration now closes COB 21 March 2024. 2) Please see attached updated MAPSS Request for Information (RFI) Industry Survey. Response deadline extended to COB 5 April 2024. Update 14Feb24. Please see attached MAPSS Request for Information (RFI) Industry Survey. Responses are due COB 15 March 2024. Update 9Feb24, This Special Notice is to provide information on the Industry Day Webinar for the MDA MAPSS acquisition. This Industry Day Webinar is scheduled for 22 Mar 2024 and is open to all potential offers. If you plan to attend, please see the attached notice for more information. Registration closes 19 Mar 2024. Update 29Jan24, The Government is providing an informational paper. Inquiries regarding MAPSS should be submitted by email to MAPSS@mda.mil. Update- The Government is providing an update to the MAPSS Tranches. This special notice is intended to communicate to industry the projected general approach for the MDA Agile Professional Services Solutions (MAPSS) procurement which is the follow-on to TEAMS-Next. MAPSS is MDA’s fourth generation professional services program providing Advisory and Assistance Services support for the Agency. Under the MAPSS Program, the Government intends to conduct market research and acquisition strategy development incrementally in 4 tranches to help ensure decisions are relevant for requirements that in some cases won’t begin until FY 2029. Requirements structure, NAICS Codes, small business set-aside decisions, and other elements of the strategy informed by market conditions will be determined based on current market research during planning for each tranche. As part of the market research for the first tranche, MDA is evaluating the potential use of the General Services Administration’s (GSA) OASIS+ Best-in-Class (BIC) Indefinite Delivery Indefinite Quantity (IDIQ) Multi-Agency Contracts (MAC). Industry is encouraged to prepare and posture themselves to compete in this environment in the event that MDA determines that the OASIS+ Contracts best accommodate the Government’s requirements. Vendors interested in learning more about OASIS+ can find information on GSA’s Interact Portal (https://buy.gsa.gov/interact/community/196/activity-feed). THIS IS NOT A REQUEST FOR INFORMATION. The Government is not requesting responses to this notice. Further notifications, market research, and solicitation activities for requirements under the MAPSS Program will be posted at a later time. Approved for Public Release 23-MDA-11573 (1 Sep 23)
MDA Agile Professional Services Solution (MAPSS)
Update 4AUG25, MAPSS Organizational Conflict of Interest Guiding Principles has been published. Tranche 1 is active, all questions/comments must be sent to the Ordering Contracting Officer. Update 4FEB25, MAPSS Acquisition Strategy has been approved. White paper outlining tranches, estimated solicitation dates, NAICS/PSC determinations are being provided. Update 4NOV24, MAPSS Tranche and Crosswalk update provided. Specific dates for FOPR/RFP release & award cannot be provided at this time. Update 23OCT24, The following requirements, previously identified as Tranche 1, are being moved to Tranche 3: Core Engineering, Sensors and C2 Engineering, Ground Based Weapons Engineering & Sea Based Weapons System Engineering. Update 16Sep24, RFIs for Tranche 1, Tranche 2 and Tranch 6 have been updated. Please see v2 of the referenced documents. RFI responses for all Tranches are due 3 Oct 2024. This special notice is open until 4 oct 2025 to allow us to continue posting updates under the original MAPSS announcement. Update 13Sep24, RFIs for Tranches 1-6 are provided. Responses are due 12:00p.m. CST on Thursday, 3 Oct 24. Participation is voluntary, but encouraged if your company is interested in competing for a future MAPSS requirements. This is initial market research to solicit Industry’s feedback which will be used to form the basis of the overall MAPSS Acquisition Strategy. Market research will be refreshed in future years - by tranche - to ensure the Acquisition Strategy remains relevant. The final NAICS determination and contract vehicle for each requirement/capability area will depend on the group of work solicited at the time of proposal request. Update 1Aug 24, MAPSS Small Business Conference powerpoint presentation is now available. Update 3April24 MAPSS Industry Day Webinar Questions & Government Responses have been posted. Update 2April24. MAPSS Industry Day Webinar Presentation is now available. Update 1March24. 1) Special Notice for Industry Day Webinar updated. If you plan to attend, please see updated attached notice for more information. Registration now closes COB 21 March 2024. 2) Please see attached updated MAPSS Request for Information (RFI) Industry Survey. Response deadline extended to COB 5 April 2024. Update 14Feb24. Please see attached MAPSS Request for Information (RFI) Industry Survey. Responses are due COB 15 March 2024. Update 9Feb24, This Special Notice is to provide information on the Industry Day Webinar for the MDA MAPSS acquisition. This Industry Day Webinar is scheduled for 22 Mar 2024 and is open to all potential offers. If you plan to attend, please see the attached notice for more information. Registration closes 19 Mar 2024. Update 29Jan24, The Government is providing an informational paper. Inquiries regarding MAPSS should be submitted by email to MAPSS@mda.mil. Update- The Government is providing an update to the MAPSS Tranches. This special notice is intended to communicate to industry the projected general approach for the MDA Agile Professional Services Solutions (MAPSS) procurement which is the follow-on to TEAMS-Next. MAPSS is MDA’s fourth generation professional services program providing Advisory and Assistance Services support for the Agency. Under the MAPSS Program, the Government intends to conduct market research and acquisition strategy development incrementally in 4 tranches to help ensure decisions are relevant for requirements that in some cases won’t begin until FY 2029. Requirements structure, NAICS Codes, small business set-aside decisions, and other elements of the strategy informed by market conditions will be determined based on current market research during planning for each tranche. As part of the market research for the first tranche, MDA is evaluating the potential use of the General Services Administration’s (GSA) OASIS+ Best-in-Class (BIC) Indefinite Delivery Indefinite Quantity (IDIQ) Multi-Agency Contracts (MAC). Industry is encouraged to prepare and posture themselves to compete in this environment in the event that MDA determines that the OASIS+ Contracts best accommodate the Government’s requirements. Vendors interested in learning more about OASIS+ can find information on GSA’s Interact Portal (https://buy.gsa.gov/interact/community/196/activity-feed). THIS IS NOT A REQUEST FOR INFORMATION. The Government is not requesting responses to this notice. Further notifications, market research, and solicitation activities for requirements under the MAPSS Program will be posted at a later time. Approved for Public Release 23-MDA-11573 (1 Sep 23)
Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
***Amendment 002: This amendment incorporates two FAR class deviations to ensure compliance with Executive Orders 14148, 14173, 14168, and 14208, issued since January 20, 2025. It also removes FAR clauses and provisions that did not comply with FAR Part 12 procedures for the acquisition of commercial products and services and AGAR clauses and provisions that have been rescinded.*** **Amendment 001 ** Changes Solicitation offer due date to: This solicitation will remain Open and Continuous. Proposals for this BPA may be received for the life of the BPA. Proposals will be evaluated at the convenience of the Forest Service. Adds the following Forests to the BPA: Angeles, Cleveland, Los Padres, and San Bernardino National Forests. Changes Small Business Size Standard for NAICS 115310 from $8 Million to $30 Million for future call orders. Replaces the Solicitation and Appendix A in their enterity, updating with additional Forest information. Updates contact information for BPA. The PSW Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: This US Forest Service Stewardship BPA will cover Federal and local agency lands within 150 miles of the boundaries of the Angeles, Cleveland, Eldorado, Inyo, Klamath, Lassen, LTBMU, Los Padres, Mendocino, Modoc, Plumas, San Bernardino, Sequoia, Shasta-Trinity, Sierra, Six Rivers, Stanislaus, and Tahoe National Forest in California. Work may also be accomplished on private lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) Service-based IRSC that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. Offers must be emailed to Mark Phillipp and Matt Daigle for consideration.
Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
***Amendment 002: This amendment incorporates two FAR class deviations to ensure compliance with Executive Orders 14148, 14173, 14168, and 14208, issued since January 20, 2025. It also removes FAR clauses and provisions that did not comply with FAR Part 12 procedures for the acquisition of commercial products and services and AGAR clauses and provisions that have been rescinded.*** **Amendment 001 ** Changes Solicitation offer due date to: This solicitation will remain Open and Continuous. Proposals for this BPA may be received for the life of the BPA. Proposals will be evaluated at the convenience of the Forest Service. Adds the following Forests to the BPA: Angeles, Cleveland, Los Padres, and San Bernardino National Forests. Changes Small Business Size Standard for NAICS 115310 from $8 Million to $30 Million for future call orders. Replaces the Solicitation and Appendix A in their enterity, updating with additional Forest information. Updates contact information for BPA. The PSW Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: This US Forest Service Stewardship BPA will cover Federal and local agency lands within 150 miles of the boundaries of the Angeles, Cleveland, Eldorado, Inyo, Klamath, Lassen, LTBMU, Los Padres, Mendocino, Modoc, Plumas, San Bernardino, Sequoia, Shasta-Trinity, Sierra, Six Rivers, Stanislaus, and Tahoe National Forest in California. Work may also be accomplished on private lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) Service-based IRSC that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Curtis Yocum, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, curtis.yocum@usda.gov Matt Daigle, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, matthew.daigle@usda.gov Brad Seaberg, R5 Timber Program Lead, bradford.seaberg@usda.gov. Questions must be submitted in writing and emailed to Curtis Yocum, Matt Daigle and Brad Seaberg. If you have issues downloading the solicitation attachments, contact Nikki Layton at nikki.layton@usda.gov. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. Offers must be emailed to Mark Phillipp and Matt Daigle for consideration.
Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
**Amendment 001 ** Changes Solicitation offer due date to: This solicitation will remain Open and Continuous. Proposals for this BPA may be received for the life of the BPA. Proposals will be evaluated at the convenience of the Forest Service. Adds the following Forests to the BPA: Angeles, Cleveland, Los Padres, and San Bernardino National Forests. Changes Small Business Size Standard for NAICS 115310 from $8 Million to $30 Million for future call orders. Replaces the Solicitation and Appendix A in their enterity, updating with additional Forest information. Updates contact information for BPA. The PSW Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: This US Forest Service Stewardship BPA will cover Federal and local agency lands within 150 miles of the boundaries of the Angeles, Cleveland, Eldorado, Inyo, Klamath, Lassen, LTBMU, Los Padres, Mendocino, Modoc, Plumas, San Bernardino, Sequoia, Shasta-Trinity, Sierra, Six Rivers, Stanislaus, and Tahoe National Forest in California. Work may also be accomplished on private lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) Service-based IRSC that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Curtis Yocum, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, curtis.yocum@usda.gov Matt Daigle, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, matthew.daigle@usda.gov Brad Seaberg, R5 Timber Program Lead, bradford.seaberg@usda.gov. Questions must be submitted in writing and emailed to Curtis Yocum, Matt Daigle and Brad Seaberg. If you have issues downloading the solicitation attachments, contact Nikki Layton at nikki.layton@usda.gov. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. Offers must be emailed to Mark Phillipp and Matt Daigle for consideration.
Intermountain Stewardship BPA
**Amendment 001 corrects the offer due date in box 8 of the SF-1449 and replaces the solicitation to correct an error on the Schedule of Items. Replaced the Wyoming listing for the Caribou Targhee National Forest with the the Bridger Teton National Forest.** ***This solicitation will remain open to receipt fo proposals at any time. Initial evaluations are requested to be submitted by April 12, 2023 for potential projects in the 2023 field season*** The Intermountain Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Intermountain stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Restoration project areas in Idaho, Nevada, Utah and Western Wyoming. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Boise, Payette, Salmon-Challis, Sawtooth, Caribou-Targhee, Humboldt-Toiyabe, Ashely, Dixie, Fishlake, Manti-Lasal, Uinta-Wasatch-Cache and Bridger-Teton National Forests. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards may be made to this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Point of contact for this solicitation is: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Please submit Questions in writing and email to Matt Daigle. If you have issues downloading the solicitation attachments, contact Matt Daigle at matthew.daigle@usda.gov . The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. There is an Open Invitation to an informational and instructional meeting for industry and interested contractors Wednesday, March 15, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 106 229 234# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. A second meeting has been set for Wednesday, March 29, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 603 042 939# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. Please email your offers to Mark Phillipp mark.phillipp@usda.gov, and Matt Daigle matthew.daigle@usda.gov by 5:00 p.m. PT on Wednesday, April 12, 2023 for the initial evaluation period.
Intermountain Stewardship BPA
***This solicitation will remain open to receipt fo proposals at any time. Initial evaluations are requested to be submitted by April 12, 2023 for potential projects in the 2023 field season*** The Intermountain Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Intermountain stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Restoration project areas in Idaho, Nevada, Utah and Western Wyoming. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Boise, Payette, Salmon-Challis, Sawtooth, Caribou-Targhee, Humboldt-Toiyabe, Ashely, Dixie, Fishlake, Manti-Lasal, Uinta-Wasatch-Cache and Bridger-Teton National Forests. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards may be made to this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Point of contact for this solicitation is: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Please submit Questions in writing and email to Matt Daigle. If you have issues downloading the solicitation attachments, contact Matt Daigle at matthew.daigle@usda.gov . The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. There is an Open Invitation to an informational and instructional meeting for industry and interested contractors Wednesday, March 15, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 106 229 234# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. A second meeting has been set for Wednesday, March 29, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 603 042 939# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. Please email your offers to Mark Phillipp mark.phillipp@usda.gov, and Matt Daigle matthew.daigle@usda.gov by 5:00 p.m. PT on Wednesday, April 12, 2023 for the initial evaluation period.
Intermountain Stewardship BPA
***This solicitation will remain open to receipt fo proposals at any time. Initial evaluations are requested to be submitted by April 12, 2023 for potential projects in the 2023 field season*** The Intermountain Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Intermountain stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Restoration project areas in Idaho, Nevada, Utah and Western Wyoming. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Boise, Payette, Salmon-Challis, Sawtooth, Caribou-Targhee, Humboldt-Toiyabe, Ashely, Dixie, Fishlake, Manti-Lasal, Uinta-Wasatch-Cache and Bridger-Teton National Forests. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards may be made to this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Point of contact for this solicitation is: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Please submit Questions in writing and email to Matt Daigle. If you have issues downloading the solicitation attachments, contact Matt Daigle at matthew.daigle@usda.gov . The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. There is an Open Invitation to an informational and instructional meeting for industry and interested contractors Wednesday, March 15, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 106 229 234# or use the link below to join on your personal computer. Intermountain Stewardship BPA- Q&A Meeting 1 A second meeting has been set for Wednesday, March 29, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 603 042 939# or use the link below to join on your personal computer. Intermountain Stewardship BPA-Q&A Meeting 2 Please email your offers to Mark Phillipp mark.phillipp@usda.gov, and Matt Daigle matthew.daigle@usda.gov by 5:00 p.m. PT on Wednesday, April 12, 2023 for the initial evaluation period.
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors