Federal Contract Opportunities
Showing 1,601-1,650 of 2,700 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
C5ISR Center MOSA Management Office (MMO) for CMOSS / VICTORY / MORA
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)
FD2020-22-00637-00
1620-00-617-9123 GEARBOX,LANDING
FD2020-22-00586
6150015120864AH CABLE ASSY. 16 IMAGES
FD2020-22-00586
6150015120864AH CABLE ASSY. 3 IMAGES
FD2020-22-00524
1190001689898NB ROD SUPPORT ASSY. 271 IMAGES
FD2020-22-00177
2835012080169RP GEARBOX,ACCESSORY 3 IMAGES
FD2020-23-00008
1420000051721AH SHROUD ASSEMBLY 1184 IMAGES NOTE: THIS SHROUD ASSEMBLY CONTAINS 1184 IMAGES AND IS A LARGE FILE. YOU MUST REQUEST A CD.
FD2020-23-00011
1420005072663AH SHROUD ASSEMBLY 866 IMAGES
FD2020-22-00474
1420005072663AH SHROUD ASSEMBLY 866 IMAGES
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.
FD2020-22-00705
5840-01-598-5782FD INDICATOR,POSITION
New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge Nos. 3-2025 (OM25032) The work consists offurnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River, adjacent lock forebays of the Gulf Intracoastal Waterway, Bayou Lafourche, Baptiste Collette, Houma Navigation Canal, and Barataria Bar Channel. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This Solicitation will be issued on or about 15 April 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
FD2020-21-00067
1135-01-195-0895NP 41 IMAGES 1135-01-195-0896NP 47 IMAGES 6150-01-467-6217NP 68 IMAGES 6150-01-467-6218NP 68 IMAGES 6150-01-467-6219NP 63 IMAGES 6150-01-467-6715NP 62 IMAGES CABLE ASSEMBLIES
Microbial Identification System (MIS)
THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR A REQUEST FOR QUOTATIONS (RFQ); IT IS STRICTLY A REQUEST FOR INFORMATION (RFI). NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS RFI. NO CONTRACT/ORDER WILL BE AWARDED PURSUANT TO THIS ANNOUNCEMENT. Disclaimer: The purpose of this RFI notice is to gain market knowledge. This notice does not obligate the Government to award a contract/order or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's solution and qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a synopsis and/or solicitation may or may NOT be published at a future date and time. 1. RFI Number: W81K04-25-Q-2007 2. RFI Issuing Office: United States Army Health Contracting Activity (USAHCA) 3. RFI Issue Date: 20 March 2025 4. RFI Title: Microbial Identification SysTem (MIS) 5. Agency: Program Executive Office Soldier (PEO Soldier) 6. Office: Soldier Medical Devices (SMD) 7. Location: Frederick, MD located at Fort Detrick 8. Contract/Order Type: Firm Fix Price In accordance with Federal Acquisition Regulation (FAR) 15.201 "Exchange with industry before receipt of proposals," this RFI is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Unites States Army Medical Research and Development Command (USAMRDC), USAMRAA, USAMMDA or any collaborative Department of Defense (DoD) activities. This RFI is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents are solely responsible for all expenses associated with responding to this RFI. No evaluation letters and/or results will be issued to the respondents. Currently, no solicitation exists; therefore, lease do not request a co of the solicitation. NO PHONE CALLS WILL BE ACCEPTED OR RETURNED Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional information from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained. 9. Background: The Government is conducting market research to determine if a commercial solution can meet the requirements for a software and computer update for its Microbial Identification System MicroScan autoSCAN-4 System. 10. Objective and Purpose/Scope: PEO Solider, SMD PMO has a requirement to procure a commercial solution that can meet the Critical Operational Device Specifications (CODS) (See attachment RFI Attachment 1- Critical Operational Device Specifications (CODS)_Microbial Identification System. 11. North American Industry Classification System (NAICS) Code: 339113 – Surgical Application and Supplies Manufacturing 12. RFI Attachments: The following documents are attached to the RFI i. AO2-RFI Attachment 1- Critical Operational Device Specification (CODS) ii. AO2-RFI Attachment 2 Company& Product Information 13. Response Due Date: Interested parties shall submit the RFI response electronically by 4:00PM Central Time on Thursday, 3 April 2025, via e-mail to: linda.a.mcghee.civ@health.mil Email subject/title: "RFI response for W81K04 -25-Q-2007” 14. SUBMISSION INSTRUCTIONS: 14.1 The Government appreciates responses from ALL capable and qualified sources. 14.2 Interested firms should submit a response that demonstrates the Respondent's ability to perform the scope of work identified in this RFI. 14.3 Format specifications include Arial 12-point font, single spaced, single sided, 8.5 by 11- inch paper with 1-inch margins. All submissions shall be made electronically (as described above) and be in one of the following formats: Microsoft Word or searchable Adobe PDF Responses should adhere to the following formatting and outline instructions: Cover Page (1 page) Title Organization Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) Topic area: “TITLE” 14.4 Completed Attachment 1 and Attachment 2. Please note that the response shall provide sufficient technical data to determine how you fully meet the requirements. 15.0 Confidentiality: All 'Proprietary', 'Classified', 'Confidential', or 'Sensitive' information shall be marked as such and will be treated accordingly. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). (End of RFI)
FD2020-22-00710
1260014696512WF DISPLAY, MULTIFUNCTION 3 IMAGES
FD2020-22-00644
5998-01-063-5625LE, CIRCUIT CARD ASSEMB, 200733, Rev 2.
FD2020-22-00643
6150-01-568-4897NP SPECIAL CABLE ASSY
FD2020-22-00714
5895-01-574-0379UG PROCESSOR,COMMUNICA
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.
FD2020-22-00692
NSN: 5998004023385LE NOUN: CIRCUIT CARD ASSEMB P/N: 42-23718
FD2020-22-00734
1420004636575 RETAINER ASSEMBLY 2 IMAGES
FD2020-23-00009
1420015834281AH BULKHEADSRVMK12 THIS PART HAS 1983 IMAGES AND WILL REQUIRE A CD REQUEST
FD2020-22-00470
1420015834281AH BULKHEADSRVMK12 THIS PART HAS 1983 IMAGES AND WILL REQUIRE A CD REQUEST
FD2020-22-00472
1420-01-583-4280AH BULKHEADSRVMK21 This part has 1969 images and will require a C.D request
FD2020-23-00012
6135-01-527-1422AH NONRECHARGE
FD2020-23-00010
1420-01-583-4280AH BULKHEADSRVMK21 This part has 1969 images and will require a C.D request
FD2020-22-00732
5975002399366AH, BOOT,J1 J2 CONN, 94 IMAGES 5935004601151AH, COVER,ELECTRICAL, 72 IMAGES
FD2020-22-00729
5330-01-645-9506LE PREFORMED PACKING
Broad Agency Announcement (BAA) for Air Force Cyber Warfare Mission Systems, Cyber Modernization Concepts
Please see attached Broad Agency Announcement (BAA). No White Papers/Proposals should be submitted against this overarching BAA. CALLs will be issued to solicit White Papers/Proposals. When submitting White Papers/Proposals in response to a CALL, do not submit classified information on an unclassified network. If necessary, classified material shall be submitted as a separate addendum. Specific instructions for submitting a classified addendum, SECRET or higher, will need to be coordinated and arranged with the technical POCs for each CALL prior to submission. This BAA is open from 17 April 2023 through to 16 April 2027.
FD2020-22-00585-00
1630-01-012-1967 CONTROL UNIT,ANTISK
FD2020-22-00133
1450-01-658-2411AH FLOOR SUPPORT SET This part has 74 images, some that are large and will not load into SAM.gov. Will require a C.D request.
FD2020-22-00749
6130015445687WF POWER SUPPLY 10 IMAGES
FD2020-22-00678
1135010979848NB SEAL ASSY. 232 IMAGES
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. This solicitation will be established by a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. Work will be performed in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The magnitude of construction range for this Dredge project is between $5,000,000.00 and $10,000,000.00. This solicitation bid opening date will be established by a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
FD2020-22-00744
1560-01-497-5956WF TRANSPARENCY,CANOPY
FD2020-22-00677
2930011638153YP COOLER, LUBRICATING 4 IMAGES
FD2020-22-00745
1560013229987WF CELL, FUEL, AIRCRAFT 21 IMAGES
FD2020-22-00750-00
27 APRIL 2022 (RIGHTS GUARDED)
FD2020-22-00750-00
27 APRIL 2022 (RIGHTS GUARDED)
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and jessica.g.mayeaux@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and jessica.g.mayeaux@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and christine.george@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and christine.george@dla.mil. With subject “REC BOA SP0604-22-R-0417”
Renewable Energy Certificates (RECs) - Basic Ordering Agreement
DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and christine.george@dla.mil. With subject “REC BOA SP0604-22-R-0417”
FD2020-22-50016-00
NSN: 1377-013185643ES 1377-013185644ES 1377-013185645ES 1377-013185646ES NOUN: CHARGE,SHAPED
FD2020-22-00751
5998015559767WF CIRCUIT CARD 4 IMAGES
FD2020-22-50017-00
1377014618308ES CORD ASSEMBLY,DETON 1377014630547ES CORD ASSEMBLY,DETON 1377014630548ES CORD ASSEMBLY,DETON 1377014998853ES PARTS KIT,ESCAPE SY
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors