Federal Contract Opportunities

Showing 1,551-1,600 of 2,700 opportunities

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

FD2020-22-00152

NSN: 1560-00-605-4570FJ NOUN: SUPPORT,STRUCTURAL PART #: 162D611621-1003

Deadline: 3/15/2027
Posted: 3/15/2022
Special Notice

FD2020-22-00152

NSN: 1560-00-605-4570FJ NOUN: SUPPORT,STRUCTURAL PART #: 162D611621-1003

Deadline: 3/15/2027
Posted: 3/15/2022
Special Notice

FD2020-21-00152

NSN: 1560-00-605-4570FJ NOUN: SUPPORT,STRUCTURAL PART #: 162D611621-1003

Deadline: 3/15/2027
Posted: 3/15/2022
Special Notice

FD2020-22-00523

NSN: 1650-01-282-3595LE NOUN: CYLINDER ASSEMBLY PART #: 3400770-9

Deadline: 3/15/2027
Posted: 3/15/2022
Special NoticeNAICS: None

FD2020-22-00669

6110011640394WF POWER, PANEL 167 IMAGES

Deadline: 3/16/2027
Posted: 3/17/2022
Special Notice

FD2020-22-00604

5330-01-647-1692LE Packing

Deadline: 3/16/2027
Posted: 3/16/2022
Special NoticeNAICS: None

FD2020-22-00624

5325016543362LE, RING,RETAINING, 90011323, EDL Rev 1.

Deadline: 3/16/2027
Posted: 3/17/2022
Special NoticeNAICS: None

FD2020-22-00623-00

1630-01-616-6552LE HEAT STACK ASSEMBLY

Deadline: 3/17/2027
Posted: 3/17/2022
Special NoticeNAICS: None

FD2020-22-00617

NSN:5306-01-642-8613LE NOUN: BOLT, MACHINE P/N: 201416427-01

Deadline: 3/17/2027
Posted: 3/17/2022
Special NoticeNAICS: None

AFRL Rocket Lab Hermes BAA

Change in AFTC/PZRA POC and Amendment of BAA (amendment dated August 2024) - 17 Sep 2024 Adding Virtual Industry Day Announcement for Payload Processing Facility - 8 Feb 2024 (see attachment) Change in AFTC/PZRA POC - 24 Jan 2024 Change in AFTC/PZRA POC - 16 Jan 2024 Annual Review and Amendment of BAA - 3 Aug 2023 Correct email on Secondary POC - 14 Apr 2023 Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 9/17/2024
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Adding Virtual Industry Day Announcement for Payload Processing Facility - 8 Feb 2024 (see attachment) Change in AFTC/PZRA POC - 24 Jan 2024 Change in AFTC/PZRA POC - 16 Jan 2024 Annual Review and Amendment of BAA - 3 Aug 2023 Correct email on Secondary POC - 14 Apr 2023 Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 2/8/2024
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Change in AFTC/PZRA POC - 24 Jan 2024 Change in AFTC/PZRA POC - 16 Jan 2024 Annual Review and Amendment of BAA - 3 Aug 2023 Correct email on Secondary POC - 14 Apr 2023 Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 2/8/2024
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Change in AFTC/PZRA POC - 16 Jan 2024 Annual Review and Amendment of BAA - 3 Aug 2023 Correct email on Secondary POC - 14 Apr 2023 Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 1/16/2024
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Annual Review and Amendment of BAA - 3 Aug 2023 Correct email on Secondary POC - 14 Apr 2023 Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 8/3/2023
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Correct email on Secondary POC - 14 Apr 2023 Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 5/11/2023
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Correct email on Secondary POC - 14 Apr 2023 Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 4/14/2023
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 4/14/2023
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 1/24/2023
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 12/10/2022
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Change in Primary POC - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 12/9/2022
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 8/18/2022
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is less than $100M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 5/4/2022
SolicitationNAICS: 541715.0

AFRL Rocket Lab Hermes BAA

Annual Review to include amendment of BAA (dated May 2025), updates to Capability Repository, updates to WP Title page and Capability Statement - 20 June 2025 Change in AFTC/PZRA POC and Amendment of BAA (amendment dated August 2024) - 17 Sep 2024 Adding Virtual Industry Day Announcement for Payload Processing Facility - 8 Feb 2024 (see attachment) Change in AFTC/PZRA POC - 24 Jan 2024 Change in AFTC/PZRA POC - 16 Jan 2024 Annual Review and Amendment of BAA - 3 Aug 2023 Correct email on Secondary POC - 14 Apr 2023 Change to Secondary POC - 24 Jan 2023 Amendment of BAA - 9 Dec 2022 Annual Review and update to Capability Repository - 18 Aug 22 Amendment of BAA - 4 May 22 Amendment of BAA - 13 April 22 Amendment of BAA - 8 Mar 22 Amendment of BAA - 26 Jan 22 Annual Review and Amendment of BAA - 28 Dec 21 AFRL Rocket Lab Hermes BAA is a two-step open BAA with the ability of issuing future calls that enable study efforts on novel concepts, as well as research and development contracts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Specific award details are described below, but the Government anticipates awarding multiple contracts of varying duration and value. However, the maximum single award value issued against this BAA is currently no more than $250M. This BAA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 3/18/2027
Posted: 6/20/2025
SolicitationNAICS: 541715.0

ACCUMULATOR, HYDRAULIC

Solicitation: SPE4A7-24-R-0225 NSN 1650-00-877-6095; PR 7001630241; Description: ACCUMULATOR, HYDRAULIC; Quantity 348; DLA direct buy; Other than Full and Open Competition; Origin inspection; FOB Origin to Stock Location; Requested Delivery is 515 days or sooner; Electronic Offers are acceptable; Vendors must submit a completed solicitation package; A copy of the solicitation will be available via the DIBBS https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP. RFP's are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat. This software is available free at http://www.adobe.com. A paper copy of this solicitation will be available to requesters. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. The solicitation issue date is on are around February 19, 2024. SOURCE: PARKER HANNIFIN CORP. CAGE: 93835 PN: 1356-583317

Deadline: 3/18/2027
Posted: 2/2/2024
PresolicitationNAICS: 336413.0

FD2020-22-00241

1420016473442AH TUBE, SUPPORT 1 IMAGE

Deadline: 3/21/2027
Posted: 3/22/2022
Special Notice

FD2020-22-00296-00

1630-01-063-2145 DISK BRAKE ROTOR

Deadline: 3/21/2027
Posted: 3/21/2022
Special NoticeNAICS: None

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement - Amendment 6

Deadline: 3/21/2027
Posted: 4/1/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement - Amendment 5

Deadline: 3/21/2027
Posted: 7/18/2024
Combined Synopsis/SolicitationNAICS: 541715.0

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement - Amendment 4 - Annual Update

Deadline: 3/21/2027
Posted: 3/8/2024
Combined Synopsis/SolicitationNAICS: 541715.0

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement - Amendment 4 - Annual Update

Deadline: 3/21/2027
Posted: 3/8/2024
Combined Synopsis/SolicitationNAICS: 541715.0

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement - Amendment 3 to Update Research Area 16

Deadline: 3/21/2027
Posted: 10/12/2023
Combined Synopsis/SolicitationNAICS: 541715.0

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement - Amendment 2

Deadline: 3/21/2027
Posted: 3/30/2023
Combined Synopsis/SolicitationNAICS: 541715.0

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement - Amendment 1

Deadline: 3/21/2027
Posted: 3/15/2023
Combined Synopsis/SolicitationNAICS: 541715.0

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement

Deadline: 3/21/2027
Posted: 3/22/2022
Combined Synopsis/SolicitationNAICS: 541715.0

Air Delivered Effects Broad Area Announcement

Air Delivered Effects Broad Area Announcement - Amendment 6

Deadline: 3/21/2027
Posted: 6/3/2025
Combined Synopsis/SolicitationNAICS: 541715.0

FD2020-22-00249

NSN: 1620-01-442-0946 NOUN: LANDING GEAR, RETRACT PART #: 2006100-123

Deadline: 3/22/2027
Posted: 3/22/2022
Special NoticeNAICS: None

FD2020-22-00671

6110012043839WF POWER PANEL 168 IMAGES

Deadline: 3/23/2027
Posted: 5/18/2022
Special Notice

FD2020-22-00671

6110012043839WF POWER PANEL 168 IMAGES

Deadline: 3/23/2027
Posted: 3/24/2022
Special Notice

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 9-2025 (OM25009)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 9-2025 (OM25009) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/26/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 2-2025 (OM25002) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/25/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 8-2025 (OM25008)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 8-2025 (OM25008) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/26/2025
SolicitationNAICS: 23799.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 7-2025 (OM25007) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/25/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 5-2025 (OM25005)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 5-2025 (OM25005) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/25/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 4-2025 (OM25004)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 4-2025 (OM25004) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/25/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 10-2025 (OM25010)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 10-2025 (OM25010) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/26/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 6-2025 (OM25006)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 6-2025 (OM25006) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/26/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/23/2027
Posted: 3/25/2025
SolicitationNAICS: 237990.0

C5ISR Center MOSA Management Office (MMO) for CMOSS / VICTORY / MORA

*** 16 October 2024 - This Update makes additional Approved for Public Release documents, including the new CMOSS IRS v1.2 and related files, discoverable and available. Additionally, referenced SOSA(TM) downloads are currently available at https://publications.opengroup.org/s241 . Attachments CMOSS Overview 14SEP23 Dist A 23-1038.pdf CMOSS-IRS-v1-2-DistA-24-1395-3.pdf MORA-VDL-Instructions-22Jul22-Dist-A-A1071.pdf mora-wsdls-and-schemas_MORA-V2.5-DIST_A_APPROVED-23-1003.zip MORA_Specification_V2.5_20221221_Final_DIST_A_APPROVED-23-1003.pdf MORA_Specification_V2.5_Revision_Notice_20221221_Final_DIST_A_APPROVED-23-182.pdf MORA_V2.5_Specification_Atlas_Rev_B_20230609_DIST_A_APPROVED-23-1003.xlsx MORA_V2.5_Specification_Revision_Overview_Brief_DEVCOM_C5ISR_Center_20221221_Final_DIST_A_APPROVED-23182.pdf MORA_V2.5_Training_ Session_Three_March_2023_CCDC_C5ISR_Center_DLB_Rev25_DIST_A_APPROVED-23-319.pdf MORA_V2.5_Training_ Session_Two_March_2023_CCDC_C5ISR_Center_DLB_Rev33_DIST_A_APPROVED-23-319.pdf MORA_V2.5_Training_Session_One_March_2023_CCDC_C5ISR_Center_DLB_Rev27_DIST_A_APPROVED-23-319.pdf Signed SAVE-IDD, 15 Feb 23.pdf VICTORY V1.9 and V1.10 and MORA V2.4 WSDLs and Schemas Dist A Final A921.zip VICTORY-Spec-Doc-V1-10-DIST_A_APPROVED-23-1003.pdf VICTORY-Spec-Doc-V1-10-MORA-Appendix-DIST_A_APPROVED-23-1003.pdf VICTORY-Spec-Doc-V1-9-MORA-Appendix.pdfVICTORY-Training-20220617-Dist-A-A1027.pdf VICTORY-VDL-Instructions-22Jul22-Dist-A-A1071.pdf *** 14 July 2022- This Update makes an additional Approved for Public Release document, an Interface Description Document for C5ISR Systems Integration into Army Ground Vehicles, discoverable and available. *** 22 April 2022- This Update makes additional Approved for Public Release documentation, referenced by the CMOSS Interoperability Requirements Specification v1.1, discoverable and available. Additionally, referenced SOSA(TM) downloads are currently available at https://www.opengroup.org/library/c212 . Attachments MORA_Specification_V2.4_20210301_Final_DIST_A A519 .pdf MORA_Specification_V2.4_Revision_Notice_20210301_Final_DIST_A A520.pdf MORA_V2.4_ Specification_Atlas_Rev_F_Final_DIST_A A521.xlsx mora-wsdls-and-schemas-v2.4-DistA-20210225.zip VICTORY-Spec-Doc-V1-9-Dist-A-A787.pdf VICTORY_Architecture_A_DistroA_20190402.pdf -------------------------------------------------------------------------------------------------------------------------------------------------- This Special Notice initially aims to make the Approved for Public Release, "Command, Control, Communication, Computers, Cyber, Intelligence, Surveillance and Reconnaissance / Electronic Warfare (C5ISR/EW) Modular Open Suite of Standards (CMOSS) Interoperability Requirements Specification" (CMOSS IRS) widely discoverable and available. The intent is to periodically modify this Special Notice to: make additional Approved for Public Release and/or Controlled Unclassified Information documentation discoverable and available (Public download, Transmittal upon Request, or link to Authoritative Sources, as appropriate); broadcast syndicated announcements for events or opportunities of interest to members of the CMOSS-enabled ecosystem The purpose of the CMOSS Interoperability Requirements Specification is to provide a common, configuration-controlled, Science, Technology, Engineering, Experimentation, Test & Evaluation and Acquisition minimum baseline technical requirements document. This allows US Army (T), and Joint, Interagency, Intergovernmental, Multinational (JIIM) (O), materiel developers and integrators to ensure CMOSS compliant/conformant solutions are over-the-interface(s)-interoperable with other components/systems developed to the same "shalls". The requirements within this document should be incorporated by reference in contracts, citing the document title, revision number, and effective date of publication. 'CMOSS#####' Unique Identifiers (UID) will typically be linked as 'parent requirements' from which materiel system, subsystem, component, etc. 'child requirements' are derived. This CMOSS Interoperability Requirements Specification is under the configuration control of the chartered C5ISR Center MOSA Management Office (MMO). MOSA MANAGEMENT OFFICE RESPONSIBILITIES Coordinate MOSA usage across C5ISR Center Review S&T projects and identify cross cutting opportunities to include MOSA Allocate MOSA implementation funding for labs, experimentation, and matrixed SME support Provide MOSA training for directorate SME’s Facilitate technology transition Manage and mature standards Develop and maintain the CMOSS and VICTORY specifications Develop compliance tools and support compliance verification C5ISR Center lead for standards bodies such as the SOSA(TM) Consortium Coordinate with external MOSA activities Provide MOSA support to the acquisition community Consolidate resource requests for MOSA support facilities and staff Support inclusion of MOSA in policy and programs Coordinate/represent MOSA with external partners CMOSS is a suite of standards to support the reduction of the size, weight and power of C5ISR and EW systems while increasing the flexibility and adaptability of these systems Universal A-Kit Project Managers field capabilities as cards into a common chassis Pooled radio resources such as antennas and amplifiers for Communications, Electronic Warfare (EW), and Signals Intelligence (SIGINT) systems Shared processing resources such as computers and displays Shared data services such as Position, Navigation, and Time (PNT) Foundation for enhanced interoperability and simultaneity between C5ISR systems Reduced life cycle cost through increased competition, smaller logistics tails with common sparing, and upgrading to the latest hardware as parts are replaced Rapid insertion of new technology/capability Attachments 20220310-CMOSS-IRS-v1-1-Dist-A-A518.pdf (Public) and CMOSS Overview 18Mar22 Dist A A758.pdf (Public)

Deadline: 3/23/2027
Posted: 10/17/2024
Special NoticeNAICS: None

C5ISR Center MOSA Management Office (MMO) for CMOSS / VICTORY / MORA

*** 14 July 2022- This Update makes an additional Approved for Public Release document, an Interface Description Document for C5ISR Systems Integration into Army Ground Vehicles, discoverable and available. *** 22 April 2022- This Update makes additional Approved for Public Release documentation, referenced by the CMOSS Interoperability Requirements Specification v1.1, discoverable and available. Additionally, referenced SOSA(TM) downloads are currently available at https://www.opengroup.org/library/c212 . Attachments MORA_Specification_V2.4_20210301_Final_DIST_A A519 .pdf MORA_Specification_V2.4_Revision_Notice_20210301_Final_DIST_A A520.pdf MORA_V2.4_ Specification_Atlas_Rev_F_Final_DIST_A A521.xlsx mora-wsdls-and-schemas-v2.4-DistA-20210225.zip VICTORY-Spec-Doc-V1-9-Dist-A-A787.pdf VICTORY_Architecture_A_DistroA_20190402.pdf -------------------------------------------------------------------------------------------------------------------------------------------------- This Special Notice initially aims to make the Approved for Public Release, "Command, Control, Communication, Computers, Cyber, Intelligence, Surveillance and Reconnaissance / Electronic Warfare (C5ISR/EW) Modular Open Suite of Standards (CMOSS) Interoperability Requirements Specification" (CMOSS IRS) widely discoverable and available. The intent is to periodically modify this Special Notice to: make additional Approved for Public Release and/or Controlled Unclassified Information documentation discoverable and available (Public download, Transmittal upon Request, or link to Authoritative Sources, as appropriate); broadcast syndicated announcements for events or opportunities of interest to members of the CMOSS-enabled ecosystem The purpose of the CMOSS Interoperability Requirements Specification is to provide a common, configuration-controlled, Science, Technology, Engineering, Experimentation, Test & Evaluation and Acquisition minimum baseline technical requirements document. This allows US Army (T), and Joint, Interagency, Intergovernmental, Multinational (JIIM) (O), materiel developers and integrators to ensure CMOSS compliant/conformant solutions are over-the-interface(s)-interoperable with other components/systems developed to the same "shalls". The requirements within this document should be incorporated by reference in contracts, citing the document title, revision number, and effective date of publication. 'CMOSS#####' Unique Identifiers (UID) will typically be linked as 'parent requirements' from which materiel system, subsystem, component, etc. 'child requirements' are derived. This CMOSS Interoperability Requirements Specification is under the configuration control of the chartered C5ISR Center MOSA Management Office (MMO). MOSA MANAGEMENT OFFICE RESPONSIBILITIES Coordinate MOSA usage across C5ISR Center Review S&T projects and identify cross cutting opportunities to include MOSA Allocate MOSA implementation funding for labs, experimentation, and matrixed SME support Provide MOSA training for directorate SME’s Facilitate technology transition Manage and mature standards Develop and maintain the CMOSS and VICTORY specifications Develop compliance tools and support compliance verification C5ISR Center lead for standards bodies such as the SOSA(TM) Consortium Coordinate with external MOSA activities Provide MOSA support to the acquisition community Consolidate resource requests for MOSA support facilities and staff Support inclusion of MOSA in policy and programs Coordinate/represent MOSA with external partners CMOSS is a suite of standards to support the reduction of the size, weight and power of C5ISR and EW systems while increasing the flexibility and adaptability of these systems Universal A-Kit Project Managers field capabilities as cards into a common chassis Pooled radio resources such as antennas and amplifiers for Communications, Electronic Warfare (EW), and Signals Intelligence (SIGINT) systems Shared processing resources such as computers and displays Shared data services such as Position, Navigation, and Time (PNT) Foundation for enhanced interoperability and simultaneity between C5ISR systems Reduced life cycle cost through increased competition, smaller logistics tails with common sparing, and upgrading to the latest hardware as parts are replaced Rapid insertion of new technology/capability Attachments 20220310-CMOSS-IRS-v1-1-Dist-A-A518.pdf (Public) and CMOSS Overview 18Mar22 Dist A A758.pdf (Public)

Deadline: 3/23/2027
Posted: 7/14/2022
Special Notice

C5ISR Center MOSA Management Office (MMO) for CMOSS / VICTORY / MORA

*** 22 April 2022- This Update makes additional Approved for Public Release documentation, referenced by the CMOSS Interoperability Requirements Specification v1.1, discoverable and available. Additionally, referenced SOSA(TM) downloads are currently available at https://www.opengroup.org/library/c212 . Attachments MORA_Specification_V2.4_20210301_Final_DIST_A A519 .pdf MORA_Specification_V2.4_Revision_Notice_20210301_Final_DIST_A A520.pdf MORA_V2.4_ Specification_Atlas_Rev_F_Final_DIST_A A521.xlsx mora-wsdls-and-schemas-v2.4-DistA-20210225.zip VICTORY-Spec-Doc-V1-9-Dist-A-A787.pdf VICTORY_Architecture_A_DistroA_20190402.pdf -------------------------------------------------------------------------------------------------------------------------------------------------- This Special Notice initially aims to make the Approved for Public Release, "Command, Control, Communication, Computers, Cyber, Intelligence, Surveillance and Reconnaissance / Electronic Warfare (C5ISR/EW) Modular Open Suite of Standards (CMOSS) Interoperability Requirements Specification" (CMOSS IRS) widely discoverable and available. The intent is to periodically modify this Special Notice to: make additional Approved for Public Release and/or Controlled Unclassified Information documentation discoverable and available (Public download, Transmittal upon Request, or link to Authoritative Sources, as appropriate); broadcast syndicated announcements for events or opportunities of interest to members of the CMOSS-enabled ecosystem The purpose of the CMOSS Interoperability Requirements Specification is to provide a common, configuration-controlled, Science, Technology, Engineering, Experimentation, Test & Evaluation and Acquisition minimum baseline technical requirements document. This allows US Army (T), and Joint, Interagency, Intergovernmental, Multinational (JIIM) (O), materiel developers and integrators to ensure CMOSS compliant/conformant solutions are over-the-interface(s)-interoperable with other components/systems developed to the same "shalls". The requirements within this document should be incorporated by reference in contracts, citing the document title, revision number, and effective date of publication. 'CMOSS#####' Unique Identifiers (UID) will typically be linked as 'parent requirements' from which materiel system, subsystem, component, etc. 'child requirements' are derived. This CMOSS Interoperability Requirements Specification is under the configuration control of the chartered C5ISR Center MOSA Management Office (MMO). MOSA MANAGEMENT OFFICE RESPONSIBILITIES Coordinate MOSA usage across C5ISR Center Review S&T projects and identify cross cutting opportunities to include MOSA Allocate MOSA implementation funding for labs, experimentation, and matrixed SME support Provide MOSA training for directorate SME’s Facilitate technology transition Manage and mature standards Develop and maintain the CMOSS and VICTORY specifications Develop compliance tools and support compliance verification C5ISR Center lead for standards bodies such as the SOSA(TM) Consortium Coordinate with external MOSA activities Provide MOSA support to the acquisition community Consolidate resource requests for MOSA support facilities and staff Support inclusion of MOSA in policy and programs Coordinate/represent MOSA with external partners CMOSS is a suite of standards to support the reduction of the size, weight and power of C5ISR and EW systems while increasing the flexibility and adaptability of these systems Universal A-Kit Project Managers field capabilities as cards into a common chassis Pooled radio resources such as antennas and amplifiers for Communications, Electronic Warfare (EW), and Signals Intelligence (SIGINT) systems Shared processing resources such as computers and displays Shared data services such as Position, Navigation, and Time (PNT) Foundation for enhanced interoperability and simultaneity between C5ISR systems Reduced life cycle cost through increased competition, smaller logistics tails with common sparing, and upgrading to the latest hardware as parts are replaced Rapid insertion of new technology/capability Attachments 20220310-CMOSS-IRS-v1-1-Dist-A-A518.pdf (Public) and CMOSS Overview 18Mar22 Dist A A758.pdf (Public)

Deadline: 3/23/2027
Posted: 4/22/2022
Special Notice
Page 32 of 54