Federal Contract Opportunities
Showing 1,451-1,500 of 1,788 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
Amendment 1 Re-opens the AMTR BAA SP4701-23-B-0001 and addresses various administrative changes This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, “Broad agency announcement,” as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. Rapidly changing improvements in technology and increasing operational requirements have made defense acquisition more data driven and increasingly complex. To keep up with DLA’s customers demanding needs requires DLA to modernize its acquisition processes. The Acquisition Modernization Technology Research (AMTR) Program, established at the beginning of FY22, assesses acquisition and procurement processes, identifies and prioritizes areas that would benefit from IT modernization or advanced technologies, evaluates technical requirements, and pursues future research efforts for DLA. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/Strategic-Plan/) supports these DoD policies through five lines of effort (LOEs). The Acquisition Modernization Technology Research solutions should focus on all LOEs; however, there is a primary focus on LOE 4: Modernized Acquisition and Supply Chain Management, defined as “leading in logistics to deliver best value and manage risk.” The DLA Research and Development (R&D) Program Office is seeking IT modernization efforts that support any of the AMTR strategic focus areas outlined in the scope of this BAA (see Section 3: Scope). This BAA will remain open for five (5) years and will have a one-time initial closing date for receipt of cost & technical proposals for IDIQ consideration under Short Term Projects (180 days after initial posting). After the initial 180-day period the BAA will temporarily close and evaluation of cost & technical proposals will take place. During the initial BAA response period (180 day window), vendors must submit full cost & technical proposals (omitting the White Paper submission) in order to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract (see Section 6: Proposal Instructions). Cost and technical proposals submitted under this BAA for IDIQ consideration shall describe a potential Short Term Project (STP) that aligns with one of the AMTR strategic focus areas outlined in Section 3: Scope, to be used by the Government for evaluation purposes. Initial offerors are encouraged to propose innovative solutions, highlighting any relevant DLA/DoD acquisition experience. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. Only select Offerors will be awarded an IDIQ contract under the initial BAA. Although initial projects proposed in response to this BAA may result in the award of an IDIQ, a task order to execute the initial STP may or may not be issued. Each vendor who receives an IDIQ contract may be part of a working group whose purpose is to collaborate with the AMTR Program Manager, relevant DLA stakeholders and/or other vendors to identify problems and achieve improvements with measurable results in the business processes that support the AMTR program. An optional CLIN may be included in resulting task orders or contract awards for working group activities, including travel. After evaluation of initial proposals, the BAA window will re-open. At that time, the government intends to accept White Papers from potential vendors who did not receive an IDIQ contract in the initial round. Vendors may suggest ideas for projects by submitting a White Paper, an abbreviated document (limited to 6 pages) in which a submitter shall describe a technical R&D concept (see Section 5: White Paper Instructions and Format). Successful White Papers will identify problems and present achievable Short Term Proposals with measurable results in support of the AMTR program. White Papers will only be accepted after the BAA is reopened. Offerors should check the SAM.gov website for the current status of the BAA. If such a technical concept is deemed by the Government to be of interest, the Government may request a full cost and technical proposal (see Section 6: Proposal Instructions). The Government reserves the right to select all, some, or none of the submitted proposals for award. The primary basis for selecting proposals for acceptance will be technical merit, relevance to agency programs, and fund availability. Cost realism and reasonableness will also be considered. The Government intends to award cost-type IDIQ contracts under this BAA and cost-type definitive contracts for vendors who are not awarded IDIQs. Cost-type contracts include cost-reimbursement (FAR 16.302), Cost-sharing (FAR 16.303), or cost-plus fixed fee (FAR 16.306). The Government reserves the right to award another type of contract at its sole discretion. Eligibility for an AMTR contract requires prospective offerors to meet the minimum standards of responsibility set forth in Part 9 of the Federal Acquisition Regulation (FAR). Once proposal evaluations are completed, each offeror will be notified whether the Government selected their proposal for award.
DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
Amendment 1 Re-opens the AMTR BAA SP4701-23-B-0001 and addresses various administrative changes This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, “Broad agency announcement,” as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. Rapidly changing improvements in technology and increasing operational requirements have made defense acquisition more data driven and increasingly complex. To keep up with DLA’s customers demanding needs requires DLA to modernize its acquisition processes. The Acquisition Modernization Technology Research (AMTR) Program, established at the beginning of FY22, assesses acquisition and procurement processes, identifies and prioritizes areas that would benefit from IT modernization or advanced technologies, evaluates technical requirements, and pursues future research efforts for DLA. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/Strategic-Plan/) supports these DoD policies through five lines of effort (LOEs). The Acquisition Modernization Technology Research solutions should focus on all LOEs; however, there is a primary focus on LOE 4: Modernized Acquisition and Supply Chain Management, defined as “leading in logistics to deliver best value and manage risk.” The DLA Research and Development (R&D) Program Office is seeking IT modernization efforts that support any of the AMTR strategic focus areas outlined in the scope of this BAA (see Section 3: Scope). This BAA will remain open for five (5) years and will have a one-time initial closing date for receipt of cost & technical proposals for IDIQ consideration under Short Term Projects (180 days after initial posting). After the initial 180-day period the BAA will temporarily close and evaluation of cost & technical proposals will take place. During the initial BAA response period (180 day window), vendors must submit full cost & technical proposals (omitting the White Paper submission) in order to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract (see Section 6: Proposal Instructions). Cost and technical proposals submitted under this BAA for IDIQ consideration shall describe a potential Short Term Project (STP) that aligns with one of the AMTR strategic focus areas outlined in Section 3: Scope, to be used by the Government for evaluation purposes. Initial offerors are encouraged to propose innovative solutions, highlighting any relevant DLA/DoD acquisition experience. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. Only select Offerors will be awarded an IDIQ contract under the initial BAA. Although initial projects proposed in response to this BAA may result in the award of an IDIQ, a task order to execute the initial STP may or may not be issued. Each vendor who receives an IDIQ contract may be part of a working group whose purpose is to collaborate with the AMTR Program Manager, relevant DLA stakeholders and/or other vendors to identify problems and achieve improvements with measurable results in the business processes that support the AMTR program. An optional CLIN may be included in resulting task orders or contract awards for working group activities, including travel. After evaluation of initial proposals, the BAA window will re-open. At that time, the government intends to accept White Papers from potential vendors who did not receive an IDIQ contract in the initial round. Vendors may suggest ideas for projects by submitting a White Paper, an abbreviated document (limited to 6 pages) in which a submitter shall describe a technical R&D concept (see Section 5: White Paper Instructions and Format). Successful White Papers will identify problems and present achievable Short Term Proposals with measurable results in support of the AMTR program. White Papers will only be accepted after the BAA is reopened. Offerors should check the SAM.gov website for the current status of the BAA. If such a technical concept is deemed by the Government to be of interest, the Government may request a full cost and technical proposal (see Section 6: Proposal Instructions). The Government reserves the right to select all, some, or none of the submitted proposals for award. The primary basis for selecting proposals for acceptance will be technical merit, relevance to agency programs, and fund availability. Cost realism and reasonableness will also be considered. The Government intends to award cost-type IDIQ contracts under this BAA and cost-type definitive contracts for vendors who are not awarded IDIQs. Cost-type contracts include cost-reimbursement (FAR 16.302), Cost-sharing (FAR 16.303), or cost-plus fixed fee (FAR 16.306). The Government reserves the right to award another type of contract at its sole discretion. Eligibility for an AMTR contract requires prospective offerors to meet the minimum standards of responsibility set forth in Part 9 of the Federal Acquisition Regulation (FAR). Once proposal evaluations are completed, each offeror will be notified whether the Government selected their proposal for award.
Research and Studies for the Office of Net Assessment
Amendment 001 to section VIII. Schedule of Proposal Submission Dates. This amendment hereby modifies the proposal submission deadline dates beginning July 2024. Proposal submission deadline dates will be shifted ten days ahead, starting with the July 2024 submission deadline date. See the uploaded revised HQ0034-23-BAA-0001, Amendment 001, dtd 24 April 2024, with changes highlighted in yellow. Starting June 14, 2023, proposals shall be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil. Hard copies will not be accepted. The email subject heading for proposal submission shall specify the area of interest (for example, Proposal for Future Naval Warfare Section III. 1). All proposals must be received via e-mail no later than 1 p.m. (ET) on the dates listed in the schedule under paragraph VIII under this announcement. All proposals must state clearly which specific proposal cut-off date and area of interest that the proposal is being submitted to.
Research and Studies for the Office of Net Assessment
Starting June 14, 2023, proposals shall be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil. Hard copies will not be accepted. The email subject heading for proposal submission shall specify the area of interest (for example, Proposal for Future Naval Warfare Section III. 1). All proposals must be received via e-mail no later than 1 p.m. (ET) on the dates listed in the schedule under paragraph VIII under this announcement. All proposals must state clearly which specific proposal cut-off date and area of interest that the proposal is being submitted to.
Research and Studies for the Office of Net Assessment
Starting June 14, 2023, proposals shall be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil. Hard copies will not be accepted. The email subject heading for proposal submission shall specify the area of interest (for example, Proposal for Future Naval Warfare Section III. 1). All proposals must be received via e-mail no later than 1 p.m. (ET) on the dates listed in the schedule under paragraph VIII under this announcement. All proposals must state clearly which specific proposal cut-off date and area of interest that the proposal is being submitted to.
Research and Studies for the Office of Net Assessment
Starting June 14, 2023, proposals shall be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil. Hard copies will not be accepted. The email subject heading for proposal submission shall specify the area of interest (for example, Proposal for Future Naval Warfare Section III. 1). All proposals must be received via e-mail no later than 1 p.m. (ET) on the dates listed in the schedule under paragraph VIII under this announcement. All proposals must state clearly which specific proposal cut-off date and area of interest that the proposal is being submitted to.
Unimac UY25 Washer & Dryer
The Naval Consolidated Brig Miramar Detachment Pearl Harbor requires the replacement of the facility’s current industrial grade laundry equipment. NCBM has identified the need to replace all washers and dryers, as they are now out of warranty and exhibiting frequent failures requiring extensive and costly repairs. In support of the environmental efforts, NCBM is looking for large capacity models efficient in conserving water, energy, and time. The command has identified the Unimac UY25 washer and compatible dryer as their brand of choice, looking for these or equal.
SHEET METAL
THIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** IF YOU ARE ABLE TO QUOTE PLEASE BE SURE TO: 1. READ BOX 28 AND SIGN PAGE 1 BOXES 30 A, B, AND C. 2. PROVIDE YOUR CAGE CODE. 3. REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016). 4. PLEASE QUOTE FOB DESTINATION SILVERDALE, WA. 5. ANNOTATE THE LEAD TIME. 6. CHECK THE APPLICABLE BOXES IN 52.204-24 D(1) AND (2). 7. ANNOTATE THE NAME OF THE MANUFACTURER AND THE COUNTRY OF MANUFACTURING. 8. IF BIDDING EQUAL TO, BIDS MUST INCLUDE SALIENT. FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. EMAIL: diana.baldwin@dla.mil
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Overhead Door Repair/Replace for 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 vendors willing to enter into a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY, under North American Industry Classification System Code (NAICS) 238290, Other Building Equipment Contractors. The small business size standard for this industry is $22 million in average annual revenue. Overhead Door projects would include not is not limited to the following: Provide all necessary labor resources, management, personnel, materials, transportation, supplies, tools and equipment for all phases of work in connection with garage and overhead hangar door repair/replacement in and around various buildings on Fort Drum, NY. Insurance may be required for these types of projects. These BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider price, past performance (where past performance information exists), and technical capabilities. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. Representations and Certifications must also be on record. The registration is done through the System for Award Management website for free at https://www.sam.gov. Please respond via email with intent to participate. Any correspondence relating to this synopsis should have "Overhead Door Repair/Replace BPA" notated in the subject field.
HVAC, Repair and Maintenance for 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 vendors willing to enter into a Blanket Purchase Agreement (BPA) for HVAC repair and Maintenance Service on Fort Drum, NY, under North American Industry Classification System Code (NAICS) 238220, Wired Telecommunications Carriers. These BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider price, past performance (where past performance information exists), and technical capabilities. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Representations and Certifications must also be on record. The registration is done through the System for Award Management website for free at https://www.sam.gov. Please respond via email with intent to participate. Any correspondence relating to this synopsis should have "HVAC Repair and Maintenance Service BPA" notated in the subject field.
Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)
This is a combined synopsis/solicitation for maintenance, repair, and inspection services for hoists in the Kaiserslautern Military Community (KMC), Germany. Please see attached documents for further information. POCs: 1. Beatrice Meier (beatrice.meier.1.de@us.af.mil) 2. TSgt Jon Hoseth (jon.hoseth@us.af.mil) 3. SrA Tristan Gallemore (tristan.gallemore@us.af.mil)
SU/MH/SOT in Portland, ME
The Federal Bureau of Prisons, Community Treatment Services (CTS) Contracting Office, Washington, D.C. is seeking a contractor to provide community-based outpatient substance use disorder, mental health, and sex offender treatment services to male and female Adults in Custody (AICs) in community placement residing in a Residential Reentry Center (RRC), on home confinement, or on Federal Location Monitoring or, if applicable, reporting to a Day Reporting Center, in Portland, Maine. All treatment services are to be provided by clinicians who currently hold a professional license to practice independently, without supervision, in the state of Maine. Services will be required to be performed within a five (5) mile radius of the Portland City Hall, 389 Congress Street, Portland, ME 04101 and within a one (1) mile distance to public transportation. Performance periods under this contract will be for a one-year base period estimated to begin on October 1, 2025, with four (4) one-year option periods (i.e., Base Year; Option Year One, Option Year Two, Option Year Three, and Option Year Four). The services shall be in accordance with the Federal Bureau of Prisons (Bureau) Statement of Work, Community Treatment Services, 2022. The Request for Quote will be available on or after July 21, 2025, and will be distributed solely through the General Services Administration’s SAM.gov web site (https: //www.SAM.gov) Hard copies of the Request for Quote will not be available. The SAM.gov site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The estimated closing date will be on or about August 20, 2025, 12:00 pm EST. This requirement will be set-aside for Small Business. The Bureau anticipates awarding a firm-fixed price, IDIQ contract. Questions concerning this Solicitation Notice can be directed to Coretta MaGee, Contract Specialist cmagee@bop.gov and Robert Carroll, Senior Contracting Officer, r1carroll@bop.gov via email until August 8, 2025. Please have the Notice ID in the Subject line of all email correspondence.
Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)
Please see Amendment 0001 to combined synopsis/solicitation. PLEASE NOTE THAT THE SOLICITATION NUMBER HAS BEEN UPDATED TO FA5613-25-Q-0016, FOR POSTING PURPOSES, THE FILE NAMES SHOW THE OLD NUMBER FA5613-25-Q-0028. The below documents are being issued: - AMDMT 0001, which contains the amendment information - FA5613-25-Q-0028_1_0001, Combined Synopsis/Solicitation - FA5613-25-Q-0028_2_0001, Combined Synopsis/Solicitation - Atch 1 PWS Hoists 6Aug - QAs FA5613-25-Q-0028, which contains the questions and answers provided for this requirement - MFR Site Visit Minutes 31Jul25 - Attendance List 31Jul25 POCs: 1. Beatrice Meier (beatrice.meier.1.de@us.af.mil) 2. TSgt Jon Hoseth (jon.hoseth@us.af.mil) 3. SrA Tristan Gallemore (tristan.gallemore@us.af.mil) This is a combined synopsis/solicitation for maintenance, repair, and inspection services for hoists in the Kaiserslautern Military Community (KMC), Germany. Please see attached documents for further information. POCs: 1. Beatrice Meier (beatrice.meier.1.de@us.af.mil) 2. TSgt Jon Hoseth (jon.hoseth@us.af.mil) 3. SrA Tristan Gallemore (tristan.gallemore@us.af.mil)
Cellphone Accessories for the U.S. Embassy Kyiv
Vendors will find requirements and submit quotes through UNISON, no bids outside UNISON will be accepted.
OFF BASE PRIORITY CHILD CARE REFERRALS
AMENDMENT 2 - The purpose of this amendment is to update the points of contact for this requirement. AMENDMENT 1 - The purpose of this amendment is to revise Attachment 3 - Technical Information_21 July 23, now Attachment 3 - Technical Information _12 Sept 23_ amended, item #2 and display such edits throughout the RFQ as applicable. Department of Defense (DoD), Space Base Delta 1’s (SBD1) 21st Force Support Squadron (FSS) at PSFB, Colorado Springs, CO is requesting pricing for childcare services In Accordance With (IAW) specifications identified in this Request for Quote (RFQ). These services will consist of the referral of childcare slots to off base child care facilities to support the mission needs of PSFB. 21 FSS will secure monthly childcare spots broken into age groups as offered by the commercial childcare facility. Vendor will provide said services IAW Attachment 1 - Statement of Work and Attachment 2 - Colorado Child Care Regulations. The Government intends to establish multiple blanket purchase agreements (BPA) with several vendors as a result of this solicitation. Each provider that is approved will have a profile under militarychildcare.com (MCC.com). Families can request care through MCC.com, just like they would to attend the on-base Child Care Development Centers. When providers have openings, 21 FSS will offer spots through MCC.com, thus able to follow the DoD priority system. This process will provide parents the choice if they want to utilize the Child Care Referral or not. Only a written quote will be accepted in response to this RFQ; no oral offer will be accepted.
Mentor Protégé Program Broad Agency Announcement
The Missile Defense Agency (MDA) has established the following Mentor-Protégé Program (MPP) Broad Agency Announcement (BAA) to solicit eligible mentor and protégé firms for participation in the Department of Defense (DoD) MPP in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 219.71, Pilot Mentor-Protégé Program and DFARS Appendix I, Policy and Procedures for the DoD Pilot Mentor Protégé Program. NOTE: The MPP was made permanent under the Fiscal Year 2023 National Defense Authorization Act (NDAA). This is a Two-Step Open BAA issued under the provisions of FAR 6.102(d)(2), which provides for the competitive selection of research proposals. The following information is relative to Step-One, submission of white papers. MDA will contact those offerors whose white papers are selected to proceed to Step-Two, submission of a formal proposal, subject to availability of funds. Formal proposals are not being accepted at this time. DO NOT submit a formal proposal until requested by the DoD Office of Small Business Programs MPP intermediary, Move America, Inc. See attachment for full details on this announcement.
Mentor Protégé Program Broad Agency Announcement
The Missile Defense Agency (MDA) has established the following Mentor-Protégé Program (MPP) Broad Agency Announcement (BAA) to solicit eligible mentor and protégé firms for participation in the Department of Defense (DoD) MPP in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 219.71, Pilot Mentor-Protégé Program and DFARS Appendix I, Policy and Procedures for the DoD Pilot Mentor Protégé Program. NOTE: The MPP was made permanent under the Fiscal Year 2023 National Defense Authorization Act (NDAA). This is a Two-Step Open BAA issued under the provisions of FAR 6.102(d)(2), which provides for the competitive selection of research proposals. The following information is relative to Step-One, submission of white papers. MDA will contact those offerors whose white papers are selected to proceed to Step-Two, submission of a formal proposal, subject to availability of funds. Formal proposals are not being accepted at this time. DO NOT submit a formal proposal until requested by the DoD Office of Small Business Programs MPP intermediary, Move America, Inc. See attachment for full details on this announcement.
48-DAY DRY CARGO TIME CHARTER
SEE ATTACHED SOURCES SOUGHT NOTICE N32205-SS-N321-25-108.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 5 posted on December 18, 2024. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 4 posted on May 31, 2024. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 3 posted on March 29, 2024. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 3 posted on March 29, 2024. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 2 posted on December 22, 2023. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 1 posted on November 9, 2023. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.