Federal Contract Opportunities
Showing 1,351-1,400 of 2,700 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
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 002 : This amendment incorporates two FAR class deviations to ensure compliance with Executive Orders 14148, 14173, 14168, and 14208, issued since January 20, 2025. It also removes AGAR clauses and provisions that have been rescinded.*** **Amendment 001 corrects the offer due date in box 8 of the SF-1449 and replaces the solicitation to correct an error on the Schedule of Items. Replaced the Wyoming listing for the Caribou Targhee National Forest with the the Bridger Teton National Forest.** ***This solicitation will remain open to receipt fo proposals at any time. Initial evaluations are requested to be submitted by April 12, 2023 for potential projects in the 2023 field season*** The Intermountain Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Intermountain stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Restoration project areas in Idaho, Nevada, Utah and Western Wyoming. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Boise, Payette, Salmon-Challis, Sawtooth, Caribou-Targhee, Humboldt-Toiyabe, Ashely, Dixie, Fishlake, Manti-Lasal, Uinta-Wasatch-Cache and Bridger-Teton National Forests. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards may be made to this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission. Point of contact for this solicitation is: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Please submit Questions in writing and email to Matt Daigle. If you have issues downloading the solicitation attachments, contact Matt Daigle at matthew.daigle@usda.gov . The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov. There is an Open Invitation to an informational and instructional meeting for industry and interested contractors Wednesday, March 15, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 106 229 234# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. A second meeting has been set for Wednesday, March 29, 2023, at 4:00PM MDT. To join the meeting, call (202) 650-0123 and enter Conference ID: 603 042 939# or use the link in the Proposal Instructions document to join on your personal computer or mobile device. Please email your offers to Mark Phillipp mark.phillipp@usda.gov, and Matt Daigle matthew.daigle@usda.gov by 5:00 p.m. PT on Wednesday, April 12, 2023 for the initial evaluation period.
**UPDATE **Special Notice "Response to RFI and Summary of Key Changes" Defense Intelligence Agency Missile and Space Intelligence Center Industry Engagement Technical Exchange Meeting
The Virginia Contracting Activity (VaCA) intends to release a Request for Proposal (RFP) for Contract Operations for Missile Evaluation and Testing (COMET) tentatively scheduled for September 2025. The following details are provided as required by FAR 5.207: 1. Requirements Name: Contract Operations for Missile Evaluation and Testing (COMET) 2. Proposed Solicitation Number: HHM402-25-COMET (TBD) 3. Product Service Code (PSC): AC23 National Defense R&D Services; Atomic energy defense activities; Experimental Development 4. Planned Solicitation Release Date: TBD 2025 5. Planned Solicitation Response Closing Date: TBD 2025 6. Contracting Office Address: 4545 Fowler Road, Redstone Arsenal, AL 7. Contracting Office Zip Code: 35898 8. Contracting Officer: Noryem Maldonado 9. Description: Missile and Space Intelligence Center requires contract support for research, development, and sustainment of new and existing, hardware, systems, and software capabilities, and foundational military intelligence (FMI) enabling all-source analysis and production for the DIA, Department of Defense (DoD), and national level intelligence efforts. MSIC also requires contract support to provide the Defense Intelligence Enterprise (DIE) and its mission partners analysis and analytical enabling services support. The planned period of performance (PoP) for the anticipated Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract will be a five (5) year base ordering period with a five (5) year option ordering period. Supporting task orders may have up to a one (1) year base period and up to four (4) option periods (no option period will exceed one (1) year in duration). 1. Place of Contract Performance: TBD 2. Set-Aside Status: Multiple Award IDIQ contract Full and Open Competition. The Government anticipates issuing a Multiple Award Indefinite Delivery/Indefinite Quality type contract, whereby funds are obligated by issuance of individual Task Orders. The resulting contract will have provisions for Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time- and-Material Task Orders. The future RFP is likely to be issued on unrestricted competition basis. Subcontracting plans will be required where applicable. Offerors must be registered in the System for Award Management (www.sam.gov) to conduct business with this Government organization. Place of performance shall be determined at a later date. While the Statement of Work for each Task Order effort may not be classified, a TOP SECRET facility clearance is required and personnel working on Task Orders under the contract, whether or not performance is at MSIC facilities, must have a TS/SCI Clearance prior to working on the effort. The Pre-Solicitation Notice/Sources Sought is provided for informational purposes only and IS NOT a REQUEST FOR PROPOSALS (RFP). PROPOSALS WILL NOT BE ACCEPTED.
**UPDATE **Special Notice "Opportunity for Small Business Participation in COMET" Defense Intelligence Agency Missile and Space Intelligence Center Industry Engagement Technical Exchange Meeting
The Virginia Contracting Activity (VaCA) intends to release a Request for Proposal (RFP) for Contract Operations for Missile Evaluation and Testing (COMET) tentatively scheduled for September 2025. The following details are provided as required by FAR 5.207: 1. Requirements Name: Contract Operations for Missile Evaluation and Testing (COMET) 2. Proposed Solicitation Number: HHM402-25-COMET (TBD) 3. Product Service Code (PSC): AC23 National Defense R&D Services; Atomic energy defense activities; Experimental Development 4. Planned Solicitation Release Date: TBD 2025 5. Planned Solicitation Response Closing Date: TBD 2025 6. Contracting Office Address: 4545 Fowler Road, Redstone Arsenal, AL 7. Contracting Office Zip Code: 35898 8. Contracting Officer: Noryem Maldonado 9. Description: Missile and Space Intelligence Center requires contract support for research, development, and sustainment of new and existing, hardware, systems, and software capabilities, and foundational military intelligence (FMI) enabling all-source analysis and production for the DIA, Department of Defense (DoD), and national level intelligence efforts. MSIC also requires contract support to provide the Defense Intelligence Enterprise (DIE) and its mission partners analysis and analytical enabling services support. The planned period of performance (PoP) for the anticipated Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract will be a five (5) year base ordering period with a five (5) year option ordering period. Supporting task orders may have up to a one (1) year base period and up to four (4) option periods (no option period will exceed one (1) year in duration). 1. Place of Contract Performance: TBD 2. Set-Aside Status: Multiple Award IDIQ contract Full and Open Competition. The Government anticipates issuing a Multiple Award Indefinite Delivery/Indefinite Quality type contract, whereby funds are obligated by issuance of individual Task Orders. The resulting contract will have provisions for Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time- and-Material Task Orders. The future RFP is likely to be issued on unrestricted competition basis. Subcontracting plans will be required where applicable. Offerors must be registered in the System for Award Management (www.sam.gov) to conduct business with this Government organization. Place of performance shall be determined at a later date. While the Statement of Work for each Task Order effort may not be classified, a TOP SECRET facility clearance is required and personnel working on Task Orders under the contract, whether or not performance is at MSIC facilities, must have a TS/SCI Clearance prior to working on the effort. The Pre-Solicitation Notice/Sources Sought is provided for informational purposes only and IS NOT a REQUEST FOR PROPOSALS (RFP). PROPOSALS WILL NOT BE ACCEPTED.
FD2020-22-00345
1190011498437NB CABLE ASSEMBLY 201 IMAGES
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.
FD2020-22-00218
1135011831736NB CABLE ASSY 324 IMAGES
FD2020-22-00024
5120004552903NB WRENCH, SPANNER 78 IMAGES
FD2020-22-00362
6940005043232FD READOUT AND MAGNETRON ASSY 35 IMAGES
FD2020-22-00415
4120012934380FD AIR CONDITIONER 54 IMAGES
FD2020-22-00071
1420000051716AH COVER, ACCESS 167 IMAGES
FD2020-22-00371-00
1630-01-027-1627 HOUSING,PISTON,WHEE
FD2020-22-00372
1620-01-037-6713, PN HP1118630-3, TACTAIR FLUID CONTROLS, INC
FD2020-22-00212
6110015777661AH CONTROL, ELECTRIC BRAKE 1 IMAGE
FD2020-22-00183
1440001487661AH CLAMP, SEPARATION 1019 IMAGES
FD2020-22-00183
1440001487661AH CLAMP, SEPARATION 1019 IMAGES
FD2020-22-00183
1440001487661AH CLAMP, SEPARATION 1019 IMAGES
FD2020-22-00237
5977014355153ZR RING, ELECTRICAL 76 IMAGES
FD2020-22-00414
4140015696113FD FAN, TUBEAXIAL 1 IMAGE
FD2020-21-00809
NSN: 1560-01-047-9058FJ, 1560-01-092-6611FJ NOUN: PANEL, STRUCTURAL PART #: 160D611514-5, 160D611514-1
FD2020-22-00426-00
1620-01-170-8325 NOUN: CYLINDER AND PISTON
FD2020-22-00047
6130010750313AH POWER SUPPLY 14 IMAGES
FD2020-22-00141
6150015515135AH CABLE ASSEMBLY 346 IMAGES
FD2020-22-00267-00
NSN: 1620-01-676-6363LE NOUN: CYLINDER AND PISTON
FD2020-22-00267-00
NSN: 1620-01-676-6363LE NOUN: CYLINDER AND PISTON
FD2020-22-00292-00
1560-01-582-7820FJ STABILIZER,VERTICAL
FD2020-22-00292-00
1560-01-582-7820FJ STABILIZER,VERTICAL
FD2020-22-00292-00
1560-01-582-7820FJ STABILIZER,VERTICAL
FD2020-22-00292-00
1560-01-582-7820FJ STABILIZER,VERTICAL
FD2020-22-00292-00
1560-01-582-7820FJ STABILIZER,VERTICAL
FD2020-22-00292-00
1560-01-582-7820FJ STABILIZER,VERTICAL
FD2020-22-00292-00
1560-01-582-7820FJ STABILIZER,VERTICAL
FD2020-22-00292-00
1560-01-582-7820FJ STABILIZER,VERTICAL
FD2020-22-00121
6150015957425AH LEAD, ELECTRICAL 80 IMAGES
FD2020-22-00125
6150015930134AH THERMAL SHIELD 100 IMAGES
FD2020-22-00267-00
NSN: 1620-01-676-6363LE NOUN: CYLINDER AND PISTON
FD2020-22-00025
5340010530945NB INSERT,LOCKING SCREW 4 IMAGES
FD2020-22-00432
6610012531449WF TRANSMITTER, ANGLE 3 IMAGES
FD2020-22-00078
1440010078003AH PISTON ROD ASSEMBLY 19 IMAGES
Fire Alarm BPA Fort Drum NY
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for services under North American Industry Classification System Code (NAICS) 561321: Security Systems Services index Fire alarm sales combined with installation, repair, or monitoring services. The small business size standard for this industry is $22.0 million in average annual revenue. Fire Alarm projects would include but are not limited to the following: providing all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary in repairing, replacing, and reprogramming of fire alarm systems, sprinkler system, security systems, facility access control systems and all associated equipment in facilities on Fort Drum, NY. Insurance is required for these types of projects; a current certification of insurance must be provided prior to receiving a BPA. Some BPA calls may be posted to UNISON, while not required it is encouraged for vendors receiving a BPA to register at UNISON. Registration is free and can be completed at https://www.unisonglobal.com/product-suites/acquisition/marketplace/ Generally some calls placed will be below $25,000, and may be sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) and submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://wawf.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. IAW FAR 52.204-7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 561621. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their DUNS number, CAGE Code, and Tax ID number to SFC Timmons at david.b.timmons.mil@army.mil. Any correspondence relating to this synopsis should have FIRE ALARM BPA notated in the subject field.
Extravehicular Activity and Human Surface Mobility Technologies - A New Partnering Opportunity
This is a modification 6 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Purpose: Extended the response date from 1/16/2025 to 1/16/2027. The due date for responses is extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. ***END OF MODIFICATION 6*** This is a modification 5 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Purpose: This is a modification 5 to update the point of contact (POC) from: Contact Information: Technology Development and Partnerships Manager, EVA & Human Surface Mobility Program Email: Michael.a.berdich@nasa.gov to: Contact Information: Technology Development and Partnerships Manager, EVA & Human Surface Mobility Program Email: stephanie.a.sipila@nasa.gov The due date for responses is NOT extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. ***END OF MODIFICATION 5*** This is a modification 4 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Correct the modification 3 Revise the entry titled “Modification 2” to reflect it as “Modification 1.” Additionally, incorporate relevant links in bold into this entry. The following link https://nasajsc.secure.force.com/StatementofInterest is no longer valid please refer to the link below titled: The Statement of Interest in the attachments/links section. Purpose: The NASA Extravehicular Activity (EVA) and Human Surface Mobility (HSM) Program (EHP) seeks to work with partners to advance the technologies associated with human surface mobility in support of NASA’s Artemis missions. The EHP vision is to provide safe, reliable, and effective EVA and HSM capabilities that allow astronauts to survive and work outside the confines of a spacecraft on and around the Moon. Artemis missions will return humans to the surface of the Moon using innovative technologies to explore more of the lunar surface than ever before. We will collaborate with commercial and international partners and establish the first long-term presence on the Moon. Then, we will use what we learn on and around the Moon to take the next giant leap: sending the first astronauts to Mars. EHP Flight Projects are Exploration EVA suits (xEVA suits) and tools, Lunar Terrain Vehicle (LTV), and Pressurized Rover (PR). For more information, reference the EHP website here: Extravehicular Activity and Human Surface Mobility - NASA (https://www.nasa.gov/extravehicular-activity-and-human-surface-mobility/). The EHP and partners will collaborate on developing lunar surface capabilities to reduce risk and increase productivity of EHP Flight Projects during Artemis missions. Focus will be on technologies that mitigate risk for lunar surface systems that will provide mission planners with more choices, thereby increasing mission success. In pursuing these types of capabilities, NASA and potential partners will develop new and improved technologies that will provide additional options for terrestrial applications in multiple industries. Additional Information: EHP may periodically publish in Appendices to this announcement identifying specific technologies under current development to further inform potential collaboration opportunities. An example of one such technology being developed is described in Appendix A - Lunar Dust level sensor and Effects on Surfaces (LDES). For access to this export-controlled document, please email the points of contact below. EHP periodically places informational reference documents that relate to lunar human surface mobility accessible by industry in the EHP Technical Library (https://eva.jsc.nasa.gov/). Access to the technical library requires Login.gov access. Follow the prompts to gain access. Once access has been granted, the informational documents related to this announcement is in the ‘EHP Technology Integration’ folder, in which you will find information on the following (major updates to the technical library content will also be updated here): - LDES – initial ground test results regarding the magnitude of thermal impact that lunar dust has on surfaces. - 84S Lunar Terrain Model – a terrain model of the lunar south pole (below the 84 South latitude) which can be used as an early reference data set to enable initial studies of the lunar terrain. Additionally, NASA has made available to the public the Digital Lunar Exploration Sites Unreal Simulation Tool (DUST) which is an early 3D visualization application of the lunar south pole. Its intended use is for early inspection, mission planning, and analysis of lunar landing and traverse sites for HLS and Artemis Base Camp. This application and the supporting toolkit built from DUST are used to provide distributable lunar environments and tools to support rendering and exporting terrain, multi-display facilities, and connections to Trick-based simulations. It can be attained at the following link: Digital Lunar Exploration Sites Unreal Simulation Tool (DUST) Products(MSC-27522-1) | NASA Software Catalog (https://software.nasa.gov/software/MSC-27522-1). Technology: EHP Technology goals include, but are not limited to, overcoming environmental and long mission duration challenges. Lunar environmental challenges include operating in dust (lunar regolith), radiation, and extreme temperatures. Martian environmental challenges are operating in Martian carbon dioxide-rich atmosphere and 1/3g, driving the need for low size, weight, and power. Long mission durations drive sustainability and maintainability challenges. Some technology areas of interest include, but are not limited to: dust mitigation capabilities, EVA systems, local relative navigation, increased battery capacity and reduced charge time, and advanced mobility concepts capable of sustained operation while minimizing maintenance in a lunar environment for an extended service period. Each system will be required to operate in the extreme environment of cis-lunar orbit and/or the lunar south pole, including inside Permanently Shadowed Regions (PSRs) and onto Mars. Intellectual Property (IP): This potential Partnership may produce new IP that could be jointly owned by NASA and the partner or may become the property of the partner. Standard clauses for partnership agreements are provided in the appendices of the Space Act Agreements Guide, NAII 1050-1. These standard clauses are usually used without any changes. Any deviations from the standard intellectual property clauses are reviewed by NASA Office of the General Counsel at the Headquarters and/or Center-level, as appropriate and approved by NASA Partnerships Office. Potential Commercial Applications: Lunar, undersea, automotive, nuclear, space tourism, personal protective equipment (PPE) … Keywords: Mobility, spacesuit, rover, vehicle, power infrastructure, sustainable, dust, communication architecture, relative navigation and localization, regolith, lunar terrain vehicle, LTV, pressurized rover, PR, lunar, Artemis, moon, ISS, LEO Contact Information: Technology Development and Partnerships Manager, EVA & Human Surface Mobility Program Email: Michael.a.berdich@nasa.gov Partnership Manager, JSC’s Partnership Development Office Email: jsc-partnerships@mail.nasa.gov To respond to this announcement, please use the Statement of Interest Form found at Statement of Interest (https://docs.google.com/forms/d/e/1FAIpQLSclWzEqITIGc1wAUVFVEGkyKSEUOZoM0UOfXTc60gk_girETQ/viewform?usp=sharing) To view all Co-Development and Partnering Opportunities with the NASA Johnson Space Center, please visit our website at (https://www.nasa.gov/johnson/exploration/technology/co-development-and-partnering-opportunities) The due date for responses is not extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. ***END OF MODIFICATION 4*** This is a modification 3 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Update modifcation 2 in its entirety: Purpose: The NASA Extravehicular Activity (EVA) and Human Surface Mobility (HSM) Program (EHP) seeks to work with partners to advance the technologies associated with human surface mobility in support of NASA’s Artemis missions. The EHP vision is to provide safe, reliable, and effective EVA and HSM capabilities that allow astronauts to survive and work outside the confines of a spacecraft on and around the Moon. Artemis missions will return humans to the surface of the Moon using innovative technologies to explore more of the lunar surface than ever before. We will collaborate with commercial and international partners and establish the first long-term presence on the Moon. Then, we will use what we learn on and around the Moon to take the next giant leap: sending the first astronauts to Mars. EHP Flight Projects are Exploration EVA suits (xEVA suits) and tools, Lunar Terrain Vehicle (LTV), and Pressurized Rover (PR). For more information, reference the EHP website here: Extravehicular Activity and Human Surface Mobility - NASA The EHP and partners will collaborate on developing lunar surface capabilities to reduce risk and increase productivity of EHP Flight Projects during Artemis missions. Focus will be on technologies that mitigate risk for lunar surface systems that will provide mission planners with more choices, thereby increasing mission success. In pursuing these types of capabilities, NASA and potential partners will develop new and improved technologies that will provide additional options for terrestrial applications in multiple industries. Additional Information: EHP may periodically publish in Appendices to this announcement identifying specific technologies under current development to further inform potential collaboration opportunities. An example of one such technology being developed is described in Appendix A - Lunar Dust level sensor and Effects on Surfaces (LDES). For access to this export controlled document, please email the points of contact below. EHP periodically places informational reference documents that relate to lunar human surface mobility accessible by industry in the EHP Technical Library. Access to the technical library requires Login.gov access. Follow the prompts to gain access. Once access has been granted, the informational documents related to this announcement is in the ‘EHP Technology Integration’ folder, in which you will find information on the following (major updates to the technical library content will also be updated here): LDES – initial ground test results regarding the magnitude of thermal impact that lunar dust has on surfaces. 84S Lunar Terrain Model – a terrain model of the lunar south pole (below the 84 South latitude) which can be used as an early reference data set to enable initial studies of the lunar terrain. Additionally, NASA has made available to the public the Digital Lunar Exploration Sites Unreal Simulation Tool (DUST) which is an early 3D visualization application of the lunar south pole. Its intended use is for early inspection, mission planning, and analysis of lunar landing and traverse sites for HLS and Artemis Base Camp. This application and the supporting toolkit built from DUST are used to provide distributable lunar environments and tools to support rendering and exporting terrain, multi-display facilities, and connections to Trick-based simulations. It can be attained at the following link: Digital Lunar Exploration Sites Unreal Simulation Tool (DUST) Products(MSC-27522-1) | NASA Software Catalog. Technology: EHP Technology goals include, but are not limited to, overcoming environmental and long mission duration challenges. Lunar environmental challenges include operating in dust (lunar regolith), radiation, and extreme temperatures. Martian environmental challenges are operating in Martian carbon dioxide-rich atmosphere and 1/3g, driving the need for low size, weight, and power. Long mission durations drive sustainability and maintainability challenges. Some technology areas of interest include, but are not limited to: dust mitigation capabilities, EVA systems, local relative navigation, increased battery capacity and reduced charge time, and advanced mobility concepts capable of sustained operation while minimizing maintenance in a lunar environment for an extended service period. Each system will be required to operate in the extreme environment of cis-lunar orbit and/or the lunar south pole, including inside Permanently Shadowed Regions (PSRs) and onto Mars. Intellectual Property (IP): This potential Partnership may produce new IP that could be jointly owned by NASA and the partner or may become the property of the partner. Standard clauses for partnership agreements are provided in the appendices of the Space Act Agreements Guide, NAII 1050-1. These standard clauses are usually used without any changes. Any deviations from the standard intellectual property clauses are reviewed by NASA Office of the General Counsel at the Headquarters and/or Center-level, as appropriate and approved by NASA Partnerships Office. Potential Commercial Applications: Lunar, undersea, automotive, nuclear, space tourism, personal protective equipment (PPE) … Keywords: Mobility, spacesuit, rover, vehicle, power infrastructure, sustainable, dust, communication architecture, relative navigation and localization, regolith, lunar terrain vehicle, LTV, pressurized rover, PR, lunar, Artemis, moon, ISS, LEO Contact Information: Technology Development and Partnerships Manager, EVA & Human Surface Mobility Program Email: Michael.a.berdich@nasa.gov Partnership Manager, JSC’s Partnership Development Office Email: jsc-partnerships@mail.nasa.gov To respond to this announcement, please use the Statement of Interest Form found at StatementofInterest To view all Co-Development and Partnering Opportunities with the NASA Johnson Space Center, please visit our website at https://www.nasa.gov/johnson/exploration/technology/co-development-and-partnering-opportunities Extended the response date from 9/26/2024 to 1/16/2025 The due date for responses is extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. ***** END OF MODIFICATION 3**** This is a modification 2 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Extended the response date from 9/26/2023 to 9/26/2024 The due date for responses is extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. *****END OF MODIFFICATION 2 ****** This is a modification 1 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: New Attachment: Appendix A – Lunar Dust level sensor and Effects on Surfaces New Purpose statement added in bold. The due date for responses is not extended. Offerors are responsible for monitoring this site for the release of any new Special Notice. Purpose: The NASA Extravehicular Activity (EVA) and Human Surface Mobility (HSM) Program (EHP) seeks to work with partners to advance the technologies associated with human mobility and lunar surface infrastructure in support of NASA’s Artemis missions. The EHP vision is to provide safe, reliable, and effective EVA and HSM capabilities that allow astronauts to survive and work outside the confines of a spacecraft on and around the Moon. Artemis missions will return humans to the surface of the Moon using innovative technologies to explore more of the lunar surface than ever before. We will collaborate with commercial and international partners and establish the first long-term presence on the Moon. Then, we will use what we learn on and around the Moon to take the next giant leap: sending the first astronauts to Mars. The EHP and partners will collaborate on developing lunar capabilities to increase productivity of relevant systems allowing crew to accomplish more during Artemis missions. Focus will be on high-risk technologies for lunar surface systems that will provide mission planners with more choices, thereby increasing mission success. In pursuing these types of capabilities, NASA and potential partners will develop new and improved technologies that will provide additional options for terrestrial applications in multiple industries. EHP may periodically publish in Appendices to this announcement identifying specific technologies under current development to further inform potential collaboration opportunities. An example of one such technology being developed is described in Appendix A - Lunar Dust level sensor and Effects on Surfaces (LDES). For access to this export controlled document, please email the points of contact below. Technology: Technology goals include, but are not limited to: dust mitigation capabilities, EVA systems, lunar power and communication infrastructure, local relative navigation, increased battery capacity and reduced charge time, and advanced mobility concepts capable of sustained operation while minimizing maintenance in a lunar environment for an extended service period. Each system will be required to operate in the extreme environment of cis-lunar orbit and/or the lunar south pole, including inside Permanently Shadowed Regions (PSRs) and onto Mars. Intellectual Property (IP): This potential Partnership may produce new IP that could be jointly owned by NASA and the partner or may become the property of the partner. Standard clauses for partnership agreements are provided in the appendices of the Space Act Agreements Guide, NAII 1050-1. These standard clauses are usually used without any changes. Any deviations from the standard intellectual property clauses are reviewed by NASA Office of the General Counsel at the Headquarters and/or Center-level, as appropriate and approved by NASA Partnerships Office. Potential Commercial Applications: Lunar, undersea, automotive, nuclear, space tourism, personal protective equipment (PPE) … Keywords: Mobility, spacesuit, rover, vehicle, power infrastructure, sustainable, dust, communication architecture, relative navigation and localization, regolith, lunar terrain vehicle, LTV, pressurized rover, PR, lunar, Artemis, moon, ISS, LEO To respond to this announcement, please use the Statement of Interest Form found at the link below. To view all Co-Development and Partnering Opportunities with the NASA Johnson Space Center, please visit our website at https://www.nasa.gov/johnson/exploration/technology/co-development-and-partnering-opportunities
FD2020-22-00445
1680015050663WF ACTUATOR, ELECTRO-ME 358 IMAGES
FD2020-22-00075
CABLE ASSEMBLY 6150004062753AH 412 IMAGES
FD2020-22-00041
6150002392236AH CABLE ASSEMBLY 510 IMAGES
FD2020-22-00094
7010016326417ZF COMPUTER SET 2 IMAGES
FD2020-22-00413-00
1620-01-118-9846 BALLSCREW ASSEMBLY
FD2020-22-00452
1270015142683WF MONITOR, HEAD-UP DISPLAY 40 IMAGES
FD2020-22-00254-00
1560016249367FJ TAB,TRIM,AILERON
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