Federal Contract Opportunities

Showing 101-150 of 2,703 opportunities

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

Ozark-St. Francis National Forest Prospectus for Resort and Related Granger-Thye Concessions "White Rock"

The Ozark-St. Francis National Forests are soliciting proposals from interested parties for a resort concession special use permit (SUP) to provide high-quality public service in the operation and maintenance of government-owned recreation facilities. The new SUP will replace the current concession permit. The Forests intend for the successful applicant to be awarded the SUP and begin operations in January 2027. The three-year average gross revenue for this offering is $258,709.48. This offering includes facilities at Shores Lake and White Rock Recreation Areas within the Boston Mountain Ranger District. Shores Lake Recreation Area consists of a campground containing 25 campsites, trailhead parking area (Shores Lake/White Rock Loop), boat launch, picnic pavilion, picnic area, swimming beach, and fishing areas. White Rock Recreation Area consists of a lodge that can accommodate up to 16 guests, 3 rental cabins, 8 campsites and a group campsite. Applicants must submit the required business plan evaluation fee with their proposal. All prospective applicants are advised to read the prospectus carefully. Applicants must submit one hard copy and one electronic copy of their application package. Applications must be received by close of business (4:30 p.m. CST) on Monday, March 2, 2026. A site tour is scheduled for Monday, January 5, 2026, with a required RSVP by Wednesday, December 31, 2025. For questions, comments, or concerns regarding the opportunity, or to RSVP to the site tour, please contact David Brickley at 479-667-2191 or david.brickley@usda.gov. The offering will also be listed on the forest's webpage https://www.fs.usda.gov/r08/ozark-stfrancis/working-with-us/contracting.

Deadline: 3/2/2026
Posted: 11/3/2025
Special NoticeNAICS: 713990.0

Ozark-St. Francis National Forest Prospectus for Resort and Related Granger-Thye Concessions "White Rock"

The Ozark-St. Francis National Forests are soliciting proposals from interested parties for a resort concession special use permit (SUP) to provide high-quality public service in the operation and maintenance of government-owned recreation facilities. The new SUP will replace the current concession permit. The Forests intend for the successful applicant to be awarded the SUP and begin operations in January 2027. The three-year average gross revenue for this offering is $258,709.48. This offering includes facilities at Shores Lake and White Rock Recreation Areas within the Boston Mountain Ranger District. Shores Lake Recreation Area consists of a campground containing 25 campsites, trailhead parking area (Shores Lake/White Rock Loop), boat launch, picnic pavilion, picnic area, swimming beach, and fishing areas. White Rock Recreation Area consists of a lodge that can accommodate up to 16 guests, 3 rental cabins, 8 campsites and a group campsite. Applicants must submit the required business plan evaluation fee with their proposal. All prospective applicants are advised to read the prospectus carefully. Applicants must submit one hard copy and one electronic copy of their application package. Applications must be received by close of business (4:30 p.m. CST) on Monday, March 2, 2026. A site tour is scheduled for Monday, January 5, 2026, with a required RSVP by Wednesday, December 31, 2025. For questions, comments, or concerns regarding the opportunity, or to RSVP to the site tour, please contact David Brickley at 479-667-2191 or david.brickley@usda.gov. The offering will also be listed on the forest's webpage https://www.fs.usda.gov/r08/ozark-stfrancis/working-with-us/contracting.

Deadline: 3/2/2026
Posted: 10/27/2025
Special NoticeNAICS: 713990.0

FD2020-21-00341

1420000045446AH SHIELD,HEAT,GUIDED 134 IMAGES

Deadline: 3/3/2026
Posted: 3/4/2021
Special Notice

FD2020-21-00298

1420000045440AH SHIELD,HEAT,GUIDED 129 IMAGES

Deadline: 3/3/2026
Posted: 3/4/2021
Special Notice

FD2020-21-00572

NSN: 3010013155148FD PN: 200927771 GEAR ASSEMBLY,SPEED

Deadline: 3/3/2026
Posted: 3/3/2021
Special Notice

Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions

This prospectus is being issued to solicit applications for a concession campground special use permit. A permit to provide high-quality public service in the operation and maintenance of Government-owned recreation facilities located within the Humboldt-Toiyabe National Forest will be issued. The offering includes 19 sites with an average gross revenue of $680,680.31.

Deadline: 3/3/2026
Posted: 11/3/2025
Special NoticeNAICS: 713990.0

FSG53 HARCD SPE4A2-26-R-0001

RFP SPE4A2-26-R-0001 for the Hardware Acquisition Recompete- Customer Direct (HARCD) has been posted and all attachments can be found on DIBBS at: https://www.dibbs.bsm.dla.mil/ Scroll down to "Solicitations" and click on "RFP". From there type in the solicitation number: SPE4A226R0001 in the search box. The solicitation closes on 03/03/2026 at 1500 EST.

Deadline: 3/3/2026
Posted: 11/5/2025
SolicitationNAICS: 336411.0

FD2020-21-00296

1420-00-004-5445AH SHIELD,HEAT,GUIDED

Deadline: 3/4/2026
Posted: 3/4/2021
Special NoticeNAICS: None

FD2020-21-00343

NSN: 1420000045448AH PN: 71E45347G7 SHIELD,HEAT,GUIDED

Deadline: 3/4/2026
Posted: 3/4/2021
Special Notice

FD2020-21-00342

NSN: 1420-00-004-5444AH PN: 71E45347G3 SHIELD,HEAT,GUIDED

Deadline: 3/4/2026
Posted: 3/4/2021
Special Notice

Q702--El Paso Health Care Center IOT&A

Department of Veterans Affairs Veterans Health Administration Program Contracting Activity Central (PCAC) September 3, 2025 PRESOLICITATION NOTICE Initial Outfitting, Transition, and Activation Services in support of the El Paso Health Care Center. 100% SDVOSB SET ASIDE This is a Pre-Solicitation Notice that the Veterans Health Administration (VHA) intends to solicit quotes to provide non-personal Initial Outfitting, Transition, and Activation (IOT&A) services for the El Paso Health Care Center. This requirement supports VHA's mission by providing contractor support services to help bring the facility into full planned operations that will provide health care services to Veterans. This will be a firm-fixed-price contract with an estimated Period of Performance of (39) thirty-nine months. The United States Congress approved the construction of the New El Paso Health Care Center (HCC) for the El Paso Veterans Affairs Health Care System (EPVAHCS). This project is a Major Construction project that will construct a new health care center on Ft. Bliss Garrison land. The project will be a joint effort between VA, CFM, VHA, USACE and Ft. Bliss. The El Paso VA Health Care System has been approved for this major construction project to create an expanded service opportunity for Veteran health care. El Paso VA Health Care Center proposed to build a new El Paso VA Healthcare Facility with approximately 492,996 new usable square feet (NUSF). The types of Services to be offered in the new facility will include but will not be limited to the following: Prosthetics Geriatrics and Extended Care Clinic Audiology & Speech Pathology Service Dental Whole Health Clinic Pharmacy Primary Care Radiology Pathology & Laboratory Medicine Service Women s Health Special Exams Surgical Services Medical Specialties Behavioral Health Community Care Service This requirement will be set-aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) using FAR Part 12, 13 and 37. To be eligible for an SDVOSB set aside under VA s Veterans First Contracting Program, SDVOSBs must: be verified by the Department of Veterans Affairs (VA) as SDVOSB (see https://search.certifications.sba.gov/ for details) and meet the small business size standard for NAICS 541614. The solicitation is anticipated to be posted on Contract Opportunities for download on or about 09 February 2026. Potential offerors are advised that there may be truncated response time on the solicitation that will follow this Pre-Solicitation notice. Anticipated closing date of the solicitation will be 05 March 2026. Solicitation initial posting date and the closing date are subject to change as necessary. Any questions for this Pre-solicitation notice should be sent via e-mail to both Michele.Laser@va.gov and Mercedes.Blanton@va.gov. No telephone requests/questions will be accepted. This Pre-Solicitation notice does not constitute a request for proposals. P.O.C: Michele.Laser@va.gov, Contract Specialist Mercedes.Blanton@va.gov, Contracting Officer

Deadline: 3/5/2026
Posted: 9/16/2025
PresolicitationNAICS: 541614.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/6/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil) Amendment 0001 - Set Bid Opening; Changes to Solicitation; Instructions to Bidders Amendment 0002 - Attachments

Deadline: 3/5/2026
Posted: 4/9/2025
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil) Amendment 0001 - Set Bid Opening; Changes to Solicitation; Instructions to Bidders

Deadline: 3/5/2026
Posted: 4/8/2025
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil) Amendment 0001 - Set Bid Opening; Changes to Solicitation; Instructions to Bidders Amendment 0002 - Attachments Bid Abstract Posted

Deadline: 3/5/2026
Posted: 4/15/2025
SolicitationNAICS: 237990.0

USNS MEGAR EVERS 2026 MTA

The amendment is being issued for the following:a) Add new WIs 0802b) Add revised WIs 0010, 0021, 0101, 0102, 0131, 0165, 0183, 0203, 0802c) Remove WI 0203d) Add revised WIs indexe) Correct Section B CLIN 0002, Adding ODC Amount and AGR Hoursf) Revised J-2g) Revised J-3h) Add Liquidated Damagesi) Revised period of performance from 19 March 2026 through 17 May 2026 to 19 Aug 2026 through 7 Oct 2026.j) Change RFC due date to 10:00 AM EST, 16 FEBRUARY 2026k) Change RFP close date on 1:00 PM EST, 05 MARCH 2026l) Incorporate RFCs 0001 - 0015m) Change Ship Check Date from 29 SEPTEMBER 2025 to 16 FEBRUARY 2026

Deadline: 3/5/2026
Posted: 10/7/2025
SolicitationNAICS: 336611.0

Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.

Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.

Deadline: 3/6/2026
Posted: 2/27/2025
Combined Synopsis/SolicitationNAICS: 811210.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/6/2026
Posted: 3/6/2024
SolicitationNAICS: 237990.0

FD2030-24-00825

NSN: 2840-01-443-5590NZ NOUN: DUCT, COMPRESSOR AIR TOP DRAWING: 4082849 EDL REVISION & DATE: 15 / 22 MAY 2024 MDC CODE: W9D IM NAME: HANSON-WHEELER, JERRI L.

Deadline: 3/6/2026
Posted: 3/6/2025
Special NoticeNAICS: 336412.0

FD2030-25-00036

NSN: 1560-01-435-5553FL NOUN: SUPPORT, STRUCTURAL TOP DRAWING: KC3-11000-1 EDL REVISON & DATE: 5 / 24 OCT 2024 MDC CODE: ZSB IM NAME: WALWORTH, JANNA L.

Deadline: 3/6/2026
Posted: 3/6/2025
Special NoticeNAICS: 336413.0

FD2030-25-00035

NSN: 1560-00-969-4278FL NOUN: STABILIZER, HORIZONT TOP DRAWING: KC3-10000-3 EDL REVISION & DATE: 1 / 21 OCT 2024 MDC CODE: ZSB IM NAME: WALWORTH, JANA L.

Deadline: 3/6/2026
Posted: 3/6/2025
Special NoticeNAICS: 336413.0

FD2030-25-00034

NSN: 1560-00-969-4277FL NOUN: STABILIZER, HORIZONT TOP DRAWING: KC3-10000-1 EDL REVISION & DATE: 1 / 21 OCT 2024 MDC CODE: ZSB IM NAME: WALWORTH, JANA L.

Deadline: 3/6/2026
Posted: 3/6/2025
Special NoticeNAICS: 336413.0

SOF Global Services Delivery Request for Proposal (DRAFT)

***NOTE*** Submission date identified here has been updated to show the potential submission date for this draft RFP. No proposals will be accepted from this draft RFP. <<BREAK>> Updated as of 14 Nov 2025 Due to the extended Government shutdown and impending holiday season, the Government has elected to delay the release of the SOFGSD Final RFP to Q2 FY26. A determination of the expected date of release has not been made yet, but it is expected to be within the beginning of Q2. Interested parties should expect to see at least one more draft RFP prior to the final release. Interested parties may continue to submit questions using the attached Q&A template with submission to the entire Contracting team identified in the draft RFP. <<BREAK>> Update as of 12 Sept 2025 This update is provided to place offerors on notice that a final rule for DFARS Case 2019-D041 - Defense Federal Acquisition Regulation Supplement: Assessing Contractor Implementation of Cybersecurity Requirements was released on 10 Sept 2025. A copy of the rule is located here: https://www.federalregister.gov/documents/2025/09/10/2025-17359/defense-federal-acquisition-regulation-supplement-assessing-contractor-implementation-of Based on the rule implementation date of 10 November 2025, and an anticipated RFP release date that falls after the implementation date, the Government will include a CMMC pass/fail requirement in the final RFP as qualifying criteria. It is currently anticipated that a "CMMC Level 1 (Self)" will be required at time of proposal submission. Potential offerors are encouraged to begin working to meet this requirement if you have not already done so. Please note that the rule requires that all identified team members will be required to meet this requirement at time of proposal. Prime offerors are encouraged to ensure team members have also completed this requirement, as a Prime offeror will be disqualified if it is determined that a identified team member does not also meet the CMMC Level 1 (Self) qualification. Sections L and M will be updated in a future draft RFP posting. <<BREAK>> Update as of 4 Sept 2025 Amendment 03 to this DRAFT solicitation is being provided. Questions submitted prior to 22 Aug 2025 have been included in the attached "Response to DRFP Amd 2 SOFGSD QnA". You may continue to submit questions until the Q&A submission date released in the final RFP. This date is still to be determined. The following attachments are being updated with this posting. If an attachment is not listed here, then it has not been updated. 0A SOFGSD Section L (Draft 20250904) 0B SOFGSD Section M (Draft 20250904) Atch 01 IDIQ SOW (r2 20250904) Atch 02 HTRO Self Score Matrix (Draft 20250904) Atch 04 Staffing Proposal Pricing Template (Draft 20250904) Atch 07 SOFGSD LCAT Descriptions (Draft 20250904) Response to DRFP Amd 2 SOFGSD QnA <<BREAK>> Update as of 10 Jul 2025 The Government is providing Amendment 02 to this DRAFT solicitation. No submitted questions are being answered at this time due to changes being made in this Amendment that negate most, if not all, currently submitted questions. The video files from Industry Day are significant in size and cannot be uploaded to this posting. We are in the process of determining another avenue for distribution and will update this posting when we are able. The following attachments are being updated with this posting. If an attachment is not listed here, then it has not been updated. 0A SOFGSD Section L (Draft 20250710) 0B SOFGSD Section M (Draft 20250710) Atch 02 HTRO Self Score Matrix (Draft 20250710) Atch 07 SOFGSD LCAT Descriptions (Draft 20250710) The template for submission of questions has also been updated. Please use this newer version to submit questions from this point forward. <<BREAK>> Update to post the Q&A that wasn't posted on Friday. <<BREAK>> Update as of 13 Jun 2025 6pm This notice includes revised draft information regarding the SOF Global Services Delivery (SOFGSD) acquisition. This notice is provided for purposes of providing industry with the most current information regarding SOFGSD and to receive industry feedback on the revised draft RFP in preparation for Industry Day discussions on 16 & 17 June 2025. Offerors are reminded that any correspondence must be sent to the full Contracting Team: Sherri Ashby (sherri.ashby@socom.mil), Christos Tragakis (christos.j.tragakis.civ@socom.mil), and Nichole Stahovich (nichole.l.stahovich.civ@socom.mil) to ensure maximum communication. Offerors are encouraged to review all documents provided with this updated notice. Note that file numbering has changed and additional documents have been provided. The list below shows all attachments as updated via this notice: 0A SOFGSD Section L (Draft) 0B SOFGSD Section M (Draft) 0C SOFGSD Section H (Draft) Atch 01 IDIQ SOW (r1 20250610) Atch 02 HTRO Self Score Matrix (as of 20250613) Atch 03 HTRO Cross Reference Matrix Atch 04 Staffing Proposal Pricing Template Atch 05 Work Sample Cover Sheet Atch 06 DCAA Preaward Survey Checklist Atch 07 SOFGSD LCAT Description (r120250613) SOFGSD Draft RFP Compiled Q&A 20250613 It is noted that the Government did not include a full list of the questions asked. There were a large number of repeat questions, for which the Government provided only one version, and some questions could not be answered by the Government due to the nature of the question. The Government attempted to provide clear and complete answers to the remaining questions. Note that the list of SLIDO questions asked during the SOF Week SOFGSD Sidebar have been included at the end of the Compiled Q&A file. Not all questions asked during the Sidebar were answered at that time, and the Government has not provided answers to any of these questions here. There were no slides shown during the Sidebar, and therefore, none are attached to this notice. <<BREAK>> Update as of 13 Jun 2025 at 10:30am SOFGSD Industry Day 16-17 Jun 2026 In-Person Attendance Location: 1925 E 2nd Ave, # 102, Tampa, FL 33605 Facility Sign-in: 8:00am The SOFWERX facility does not allow entry into the building before 8:00am. All attendees will be required to sign in on the tablets outside the main entry prior to entering the building. This process will be required on both days. Parking: Parking will be challenging. Please ensure you park only in approved locations. Please see Attachment “SOFWERX Information” for parking instructions and facility access information Virtual Attendance Virtual Attendance will be conducted via Microsoft Teams both days. Join the meeting: <https://teams.microsoft.com/l/meetup-join/19%3ameeting_OTllNjg2ZjMtZjNmZS00ZGRlLThkMDMtNTI3MzA1Nzk2NDVm%40thread.v2/0?context=%7b%22Tid%22%3a%224a5ddcb7-0ac6-4811-a341-f24a52596723%22%2c%22Oid%22%3a%22567bf249-b78c-47c7-bc2b-c2832965f163%22%7d> Meeting ID: 237 177 686 074 5 Passcode: ZH2gt3da Dial in by phone: (888) 558-1889,,884884022# <tel:8885581889,,884884022> United States (Toll-free) Phone conference ID: 884 884 022# General Daily Agenda 16 Jun 2025: The General Meeting will begin at 9:30am. This is a full day, with closing remarks anticipated to take place around 4:00pm. A lunch break will be included. 17 Jun 2025: The first briefing will begin at 9:30am. This is expected to be a half day, with the final briefing ending no later than 1:30pm A lunch break is not anticipated. <<BREAK>> Update as of 11 Jun 2025, 2:30pm Please note: you will not receive a confirmation notice or email from registering for either in-person or virtual attendance at Industry Day. When completing your registration, you would have been given notice on the site that you had been registered and have been shown the responses you provided to the registration questions. If you saw this, then you can be assured that you have been registered. <<BREAK>> Update as of 11 Jun 2025 Currently, we have reached in person capacity for Industry Day. No further requests for in person attendance can be accepted. However, virtual attendance registration will remain open until June 13th. To remove the appearance of unequal access, the Government has determined that 1-on-1 sessions will no longer be held for this solicitation. The Government will not be providing any additional information during 1-on-1s that has/will not have been made available through means such as the SOFGSD Side Bar, Industry Day, and multiple rounds of draft RFP Q&A. Additionally, the Government requests questions continue to be submitted through the current Q&A process to ensure all potential offerors receive the same information. Again, all previously scheduled 1-on-1s have been cancelled. To increase transparency, the Government will be conducting a second day of briefings that will focus on a deep dive into a sampling of core requirements and talk through some emerging requirements that may be competed under the SOFGSD IDIQ once awarded. Since Day 2 is specifically focused on a sampling of the types of work expected; the government will not address questions on the solicitation process, scoring, or other information on the IDIQ. Three sessions will be held on Tuesday, 17 Jun 2025 discussing different aspects of requirements that fall within the SOFGSD SOW. No separate registration is required, and all sessions will be made available virtual. <<BREAK>> Update as of 6 Jun 2026 - 2PM The Government has received an overwhelming number of requests for 1-on-1 meetings that far exceed the available timeslots. We are discussing options that are available to us in this situation, requesting input from leadership and our Legal Advisors. We will provide additional information regarding 1-on-1 meetings early next week. <<BREAK>> Update as of 6 Jun 2025 All available 1-on-1 meetings have now been filled. No additional times are available. <<BREAK>> Update as of 5 Jun 2025 SOFGSD Industry Day 1-on-1 meetings Offerors may use the link below to schedule 1-on-1 meetings with the Government team to discuss questions related to the SOFGSD acquisition. Meetings will not be used for business development or introductions. Only 41 time slots are available, and will be issued on a first come, first served basis. Meeting times are only available on 16, 17, and 18 June 2025, in 15 minute increments. Once these times are filled, no further dates will be provided. REMINDER: Meetings are restricted to small business offerors or the protege of a Joint Venture intending to Prime on this acquisition. Due to size limitations, you are limited to only two attendees. https://webmail.apps.mil/owa/calendar/SOFGSD1on1s@socom.onmicrosoft.com/bookings/s/WAvtrDhtb0GeEPAfizPrLA2 <<BREAK>> Update as of 29 May 2025 SOFGSD Industry Day as been formally scheduled for 16 Jun 2025. Location will be at SOFWERX - 1928 E 2nd Ave #102, Tampa, FL 33605. Access into SOFWERX will begin at 8:00am, with Opening Remarks beginning at 9:00am. Closing Remarks are currently scheduled for 2:30pm. Please use the following link to register for both virtually and in person attendance. All fields must be filled in. Registration Link: https://forms.osi.apps.mil/r/hSfX0Fp1ey An additional update and link will be provided NLT 4 Jun 2025 that will allow for a limited number of 15 minute 1-on-1 meetings to be scheduled over 16-18 Jun. These meetings will be limited to in-person only, and will be restricted to Small Business companies intending to Prime on this effort. DO NOT send emails requesting dates or times. This will ONLY be done through the link that will be provided NLT 4 Jun 2025. The Government is still in the process of consolidating all submitted questions in order to provide answers. They will be posted to this notice as soon as possible, but no later than two days prior to Industry Day. <<BREAK>> Update as of 21 May 2025 Industry Day for this requirement has been PRELIMINARILY scheduled for 12 Jun 2025, time is still to be determined but expect an early morning start of 9am or 10am. Location will be at SOFWERX - 1928 E 2nd Ave #102, Tampa, FL 33605. For companies wishing to attend in person, we will limit attendance to no more than two individuals per company. Directions for registration will be provided once the final schedule has been determined. Industry Day will also be conducted virtually and a link will be provided here once the final schedule has been determined. 1-on-1s will NOT be held for this requirement due to the significant interest. The Government is in the process of consolidating all submitted questions, to include those submitted durning the SOF Week Sidebar, in order to provide answers. They will be posted to this notice as soon as possible, but no later than two days prior to Industry Day. <<BREAK>> Initial Post This notice includes draft information regarding the SOF Global Services Delivery (SOFGSD) acquisition. This notice is provided for purposes of providing industry with the most current information regarding SOFGSD and to receive industry feedback on the draft RFP. Those contractors interested in proposing on this effort and desiring to provide value added feedback on the draft solicitation PRIOR to Industry Day must provide their comments/questions in the attached format via email to the Contracting Team: Sherri Ashby (sherri.ashby@socom.mil), Christos Tragakis (christos.j.tragakis.civ@socom.mil), and Nichole Stahovich (nichole.l.stahovich.civ@socom.mil) NLT 1200 hrs Eastern on 20 May 2025. Please review the documents in their entirety and submit only one comment document per company. Questions and answers will be discussed during Industry Day which will be scheduled at the end of May 2025. A subsequent amendment to this solicitation will be provided with information specific to Industry Day once details have been finalized. A formal milestone schedule has not yet been established. However, the following are the tentative dates for release of information concerning the new requirement: Industry Day: 12 Jun 2025 Final Draft RFP Comments/Questions Due: End of June 2025 Final RFP Release: Beginning of July 2025 ***UPDATE AS OF 18 APR 2025*** SOF AT&L - PEO Services will be hosting a SOFGSD sidebar during SOFWEEK! Please mark your calendars! WHO: PEO SV, KH Teammates WHAT: OPEN DISCUSSIONS WHEN/WHERE: 7 MAY 2025 @14:00 – 15:00, Tampa Convention Center (TCC) RM 118 & 119 WHY: Address concerns, contracting open topics, team engagements, socialize. *Notes and slides presented during this sidebar will be posted afterwards for those not attending SOF Week.

Deadline: 3/6/2026
Posted: 11/14/2025
SolicitationNAICS: 541611.0

FD2020-21-50138

NSN: 1377-01-217-9919 NOUN: ELBOW, BULKHEAD P/N: L320C2005

Deadline: 3/8/2026
Posted: 3/8/2021
Special NoticeNAICS: None

FD2020-21-50120-01

NSN: 1377-01-085-5974ES, 1377-01-461-9131ES NOUN: BOLT, EXPLOSIVE PART #: 16VK019-3

Deadline: 3/8/2026
Posted: 3/8/2021
Special NoticeNAICS: None

FD2020-21-50072-01

NSN: 1377-01-052-8206ES, 1377-01-052-8208ES, 1377-01-053-0537ES, 1377-01-649-5552ES, 1377-01-652-2801ES, 1377-01-319-3847ES NOUN: CARTRIDGE, IMPULSE, GENERATOR, GAS PRESS PART #: A114304-517, A114312-521, A114308-501, A114304-517,

Deadline: 3/8/2026
Posted: 3/8/2021
Special NoticeNAICS: None

FD2020-21-50088

NSN:1377014443631ES P/N: DAA3122P023 NOUN: ACTUATOR,EXPLOSIVE,

Deadline: 3/8/2026
Posted: 3/9/2021
Special NoticeNAICS: None

FD2020-21-50078

NSN: 1377-01-083-8459ES, 1377-01-234-0706ES NOUN: DROGUE, SEVERENCE PART #: A114302-511

Deadline: 3/9/2026
Posted: 3/9/2021
Special NoticeNAICS: None

FD2020-21-50062

NSN: 1377-01-234-8510ES 1377-01-244-9273ES 1377-01-269-8061ES 1377-01-384-9246ES 1377-01-375-8919ES 1377-01-384-0106ES NOUN: NITIATOR,PROPELLANT

Deadline: 3/10/2026
Posted: 3/10/2021
Special NoticeNAICS: None

FD2020-21-00604

5996014644836WF AMPLIFIER,RADIO 54 IMAGES

Deadline: 3/10/2026
Posted: 3/11/2021
Special Notice

FD2020-21-00599

6150015559768WF CABLE ASSY 3 IMAGES

Deadline: 3/10/2026
Posted: 3/11/2021
Special Notice

FD2020-21-00374

6110011997549WF PANEL, POWER 260 IMAGES

Deadline: 3/10/2026
Posted: 3/11/2021
Special Notice

FD2020-21-00372

6110015923017WF PANEL, POWER 262 IMAGES

Deadline: 3/10/2026
Posted: 3/11/2021
Special Notice

FD2020-21-00360

NSN: 1420000045439AH PN: 71E45347G11 SHIELD,HEAT,GUIDED

Deadline: 3/10/2026
Posted: 3/10/2021
Special Notice

FD2020-21-00359

NSN: 1420000045441AH PN: 71E45347G13 SHIELD,HEAT,GUIDED

Deadline: 3/10/2026
Posted: 3/10/2021
Special Notice

FD2020-21-50126

NSNS: 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

Deadline: 3/10/2026
Posted: 3/10/2021
Special NoticeNAICS: None

FD2020-21-50066

NSN: 1377-01-229-7600ES 1377-01-232-1677ES 1377-01-232-1960ES 1377-01-234-0719ES 1377-01-356-8732ES 1377-01-356-8734ES 1377-01-356-8731ES 1377-01-356-8735ES NOUN: INITIATOR,CARTRIDGE

Deadline: 3/10/2026
Posted: 3/10/2021
Special NoticeNAICS: None

FD2020-21-50128-01

NSN: 1377-01-203-8651ES, 1377-01-355-0088ES NOUN: INITIATOR, CARTRIDGE PART #: 68-710078-101

Deadline: 3/11/2026
Posted: 3/11/2021
Special NoticeNAICS: None

Air-Conditioning

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.

Deadline: 3/11/2026
Posted: 11/18/2025
Combined Synopsis/SolicitationNAICS: 238220.0

Plumbing and Heating

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.

Deadline: 3/11/2026
Posted: 11/18/2025
Combined Synopsis/SolicitationNAICS: 238220.0

Open-Source Software: Transforming Integrated Energy Systems Analysis with FORCE

Open-Source Software: Transforming Integrated Energy Systems Analysis with FORCE FORCE revolutionizes the way we analyze integrated energy systems (IES), offering a unified, user-friendly platform for comprehensive technoeconomic evaluations. This encompasses everything from macro analysis to transient process modeling, fueling smarter, sustainable energy solutions. With the surge in demand for variable renewable energy sources, such as wind and solar, the U.S. energy market is evolving. This shift necessitates innovative solutions to efficiently and economically integrate diverse energy sources into the grid. Developed under the Integrated Energy Systems program, FORCE emerges as an open-source ecosystem designed to streamline the technical and economic viability analysis of various IES configurations. A collaborative effort of experts from national laboratories, universities, and the industry has led to the creation of FORCE. This platform embodies the convergence of multiple open-source toolsets, including HERON, HYBRID, RAVEN, TEAL, and FARM. It aggregates comprehensive datasets and models, simplifies the complexity of IES analysis through automation, and offers a unified interface, marking a significant advancement from the disjointed and error-prone processes of the past. Key Advantages Include: A unified analysis platform that integrates diverse toolsets into a single interface, eliminating the need for ad-hoc solutions and reducing errors. Flexibility and comprehensiveness in handling a wide range of analysis needs with precision. An open-source, user-friendly interface that broadens accessibility and potential impact. A modular design that ensures the platform remains at the forefront of IES analysis technology. FORCE is the ideal tool for a wide range of stakeholders, including companies, universities, and national laboratories. It supports thorough analysis and implementation of IES configurations for initial scoping, economic feasibility studies, detailed coupling, control strategies, and deployment planning. By providing a holistic view of the IES landscape, FORCE enables informed decision-making, optimization of resource use, and advancement toward sustainable energy solutions. Empower your energy analysis with FORCE, the comprehensive platform designed to simplify the complex landscape of integrated energy systems. Offering a seamless blend of technical precision and economic insight, FORCE positions itself as an indispensable tool in the quest for efficient and sustainable energy solutions. Dive into the future of energy analysis today by downloading FORCE from its GitHub repository and transform your approach to IES evaluation and implementation. Target Audiences: Primary: Technical experts and decision-makers in renewable energy and integrated energy systems seeking comprehensive analysis tools. Decision-makers in energy companies, national laboratories, and academic institutions looking for data-driven insights into energy system integration and optimization. Secondary: Policymakers and economic analysts focused on the economic viability and sustainability of renewable energy sources. Software developers and data scientists in the energy sector interested in an open-source platform for analytical expansion. FORCE revolutionizes the analysis of integrated energy systems (IES) by offering a unified, user-friendly platform for comprehensive technoeconomic evaluations, from macro analysis to transient process modeling, fueling smarter, sustainable energy solutions. This software is open source and available at no cost. Download now by visiting the product's GitHub page

Deadline: 3/11/2026
Posted: 3/11/2024
Special NoticeNAICS: 237130.0

Open-Source Software: Transforming Integrated Energy Systems Analysis with FORCE

Open-Source Software: Transforming Integrated Energy Systems Analysis with FORCE FORCE revolutionizes the way we analyze integrated energy systems (IES), offering a unified, user-friendly platform for comprehensive technoeconomic evaluations. This encompasses everything from macro analysis to transient process modeling, fueling smarter, sustainable energy solutions. With the surge in demand for variable renewable energy sources, such as wind and solar, the U.S. energy market is evolving. This shift necessitates innovative solutions to efficiently and economically integrate diverse energy sources into the grid. Developed under the Integrated Energy Systems program, FORCE emerges as an open-source ecosystem designed to streamline the technical and economic viability analysis of various IES configurations. A collaborative effort of experts from national laboratories, universities, and the industry has led to the creation of FORCE. This platform embodies the convergence of multiple open-source toolsets, including HERON, HYBRID, RAVEN, TEAL, and FARM. It aggregates comprehensive datasets and models, simplifies the complexity of IES analysis through automation, and offers a unified interface, marking a significant advancement from the disjointed and error-prone processes of the past. Key Advantages Include: A unified analysis platform that integrates diverse toolsets into a single interface, eliminating the need for ad-hoc solutions and reducing errors. Flexibility and comprehensiveness in handling a wide range of analysis needs with precision. An open-source, user-friendly interface that broadens accessibility and potential impact. A modular design that ensures the platform remains at the forefront of IES analysis technology. FORCE is the ideal tool for a wide range of stakeholders, including companies, universities, and national laboratories. It supports thorough analysis and implementation of IES configurations for initial scoping, economic feasibility studies, detailed coupling, control strategies, and deployment planning. By providing a holistic view of the IES landscape, FORCE enables informed decision-making, optimization of resource use, and advancement toward sustainable energy solutions. Empower your energy analysis with FORCE, the comprehensive platform designed to simplify the complex landscape of integrated energy systems. Offering a seamless blend of technical precision and economic insight, FORCE positions itself as an indispensable tool in the quest for efficient and sustainable energy solutions. Dive into the future of energy analysis today by downloading FORCE from its GitHub repository and transform your approach to IES evaluation and implementation. Target Audiences: Primary: Technical experts and decision-makers in renewable energy and integrated energy systems seeking comprehensive analysis tools. Decision-makers in energy companies, national laboratories, and academic institutions looking for data-driven insights into energy system integration and optimization. Secondary: Policymakers and economic analysts focused on the economic viability and sustainability of renewable energy sources. Software developers and data scientists in the energy sector interested in an open-source platform for analytical expansion. FORCE revolutionizes the analysis of integrated energy systems (IES) by offering a unified, user-friendly platform for comprehensive technoeconomic evaluations, from macro analysis to transient process modeling, fueling smarter, sustainable energy solutions. This software is open source and available at no cost. Download now by visiting the product's GitHub page INL’s Technology Deployment department focuses exclusively on licensing intellectual property and partnering with industry collaborators capable of commercializing our innovations. Our goal is to commercialize the technologies developed by INL researchers. We do not engage in purchasing, manufacturing, procurement decisions, or providing funding. Additionally, this is not a call for external services to assist in the development of this technology.

Deadline: 3/11/2026
Posted: 10/31/2024
Special NoticeNAICS: 237130.0

FD2030-25-00652

NSN: 2840-01-221-8303JU NOUN: SEAL, AIR, AIRCRAFT G. TOP DRAWING: 1316M49G10 EDL REVISION & DATE: 25 / 23 JAN 2025 MDC CODE: ADE IM NAME: HALL, MEGAN B.

Deadline: 3/11/2026
Posted: 3/11/2025
Special NoticeNAICS: 336412.0

FD2030-25-00652

NSN: 2840-01-221-8303JU NOUN: SEAL, AIR, AIRCRAFT G. TOP DRAWING: 1316M49G10 EDL REVISION & DATE: 25 / 23 JAN 2025 MDC CODE: ADE IM NAME: HALL, MEGAN B.

Deadline: 3/11/2026
Posted: 3/11/2025
Special NoticeNAICS: 336412.0
Page 3 of 55