Federal Contract Opportunities

Showing 1,651-1,700 of 1,788 opportunities

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

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.

Deadline: 5/27/2029
Posted: 5/29/2024
Combined Synopsis/SolicitationNAICS: 541990.0

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.

Deadline: 5/27/2029
Posted: 5/28/2024
Combined Synopsis/SolicitationNAICS: 541990.0

Cushion Packaging Material LTC for DLA

Fixed Price with Economic Price Adjustment (FPw/EPA) Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with Firm Fixed Price (FFP) delivery orders, for a three year ordering period, for the following item: Cushioning Material in various sizes for multiple location CONUS

Deadline: 5/29/2029
Posted: 5/21/2025
Combined Synopsis/SolicitationNAICS: 326140.0

Cushion Packaging Material LTC for DLA

Fixed Price with Economic Price Adjustment (FPw/EPA) Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with Firm Fixed Price (FFP) delivery orders, for a three year ordering period, for the following item: Cushioning Material in various sizes for multiple location CONUS

Deadline: 5/29/2029
Posted: 6/3/2025
Combined Synopsis/SolicitationNAICS: 326140.0

J--LAKE25-101-CC LIFT STATION PUMP REPAIR

The purpose of amendment 1 is to provide answers to questions. See attached QA. LAKE25-101-CC LIFT STATION PUMP REPAIR

Deadline: 6/6/2029
Posted: 6/4/2025
SolicitationNAICS: 237110.0

Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal

The attached Voluntary Intermodal Sealift Agreement (VISA) solicitation and attachments are posted in order to execute the next iteration of VISA contracts. These contingency contracts implement VISA as defined in the Federal Register dated 29 October 2014. VISA provides for contingency sealift services that may arise in any part of the world. The general scope of services under this contract includes the provision of ocean transportation charter for worldwide port-to-port ocean movements and related intermodal movements, infrastructure, services, and management expertise. VISA participants shall provide basic services, as outlined in the Terms and Conditions, including guaranteed capacity commitments, in the event of VISA activation, for use during DoD contingency operations. For this iteration of VISA, the Period of Performance for the Base Period is 1 October 2024 – 30 September 2029 and Option Period 1 is 1 October 2029 – 30 September 2034. The VISA solicitation is open for enrollment from 27 June 2024 to 30 September 2034. VISA participants receive priority for peacetime DoD cargo and no low dollar minimally funded task order will be executed to bind the parties to this VISA contingency contract and the vessel capacity commitments within. Current VISA Participants: In July 2024, USTRANSCOM-AQ will begin reaching out to all current VISA participants via email to confirm if they want to remain enrolled in the program. If the participant chooses to remain in VISA, USTRANSCOM-AQ will provide each participant their Attachment 1 and 2(s) from the previous iteration of the contract to identify any changes to vessel commitments. All Attachment 2s will need to be refilled out/submitted to USTRANSCOM-AQ regardless of vessel changes as we have removed 2 pricing methodologies from the previous iteration. If vessel changes are necessary, participant will update their Attachment 1 and send through the review/signature coordination process with the (Maritime Administration) MARAD and USTRANSCOM. If there are no vessel changes, USTRANSCOM-AQ will update the contract number on the Attachment 1 and include it in the conformed copy of the contract. When Attachment 1 and 2(s) are finalized, USTRANSCOM-AQ will provide the VISA contingency contract for the participant to sign and return to USTRANSCOM-AQ. USTRANSCOM-AQ will sign, execute the VISA contingency contract, and provide to participant for their records. New VISA Participants: All new participants will need to enroll through the MARAD website at: https://www.maritime.dot.gov/strategic-sealift/office-ship-operations/visa-enrollment-package After MARAD approval, AQ will work with each participant to execute all necessary documents for contract execution. We look forward to working with all current and new VISA participants! 8 July 2024: Amendment 01 published. Removed one clause, updated CLINs from informational to priced, added FOB destination, PSC and NAICS codes. 25 July 2024 - Amendment 02 published. Updated tailored clause 52.212-4.

Deadline: 6/27/2029
Posted: 7/25/2024
SolicitationNAICS: 483111.0

Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal

The attached Voluntary Intermodal Sealift Agreement (VISA) solicitation and attachments are posted in order to execute the next iteration of VISA contracts. These contingency contracts implement VISA as defined in the Federal Register dated 29 October 2014. VISA provides for contingency sealift services that may arise in any part of the world. The general scope of services under this contract includes the provision of ocean transportation charter for worldwide port-to-port ocean movements and related intermodal movements, infrastructure, services, and management expertise. VISA participants shall provide basic services, as outlined in the Terms and Conditions, including guaranteed capacity commitments, in the event of VISA activation, for use during DoD contingency operations. For this iteration of VISA, the Period of Performance for the Base Period is 1 October 2024 – 30 September 2029 and Option Period 1 is 1 October 2029 – 30 September 2034. The VISA solicitation is open for enrollment from 27 June 2024 to 30 September 2034. VISA participants receive priority for peacetime DoD cargo and no low dollar minimally funded task order will be executed to bind the parties to this VISA contingency contract and the vessel capacity commitments within. Current VISA Participants: In July 2024, USTRANSCOM-AQ will begin reaching out to all current VISA participants via email to confirm if they want to remain enrolled in the program. If the participant chooses to remain in VISA, USTRANSCOM-AQ will provide each participant their Attachment 1 and 2(s) from the previous iteration of the contract to identify any changes to vessel commitments. All Attachment 2s will need to be refilled out/submitted to USTRANSCOM-AQ regardless of vessel changes as we have removed 2 pricing methodologies from the previous iteration. If vessel changes are necessary, participant will update their Attachment 1 and send through the review/signature coordination process with the (Maritime Administration) MARAD and USTRANSCOM. If there are no vessel changes, USTRANSCOM-AQ will update the contract number on the Attachment 1 and include it in the conformed copy of the contract. When Attachment 1 and 2(s) are finalized, USTRANSCOM-AQ will provide the VISA contingency contract for the participant to sign and return to USTRANSCOM-AQ. USTRANSCOM-AQ will sign, execute the VISA contingency contract, and provide to participant for their records. New VISA Participants: All new participants will need to enroll through the MARAD website at: https://www.maritime.dot.gov/strategic-sealift/office-ship-operations/visa-enrollment-package After MARAD approval, AQ will work with each participant to execute all necessary documents for contract execution. We look forward to working with all current and new VISA participants! 8 July 2024: Amendment 01 published. Removed one clause, updated CLINs from informational to priced, added FOB destination, PSC and NAICS codes.

Deadline: 6/27/2029
Posted: 7/8/2024
SolicitationNAICS: 483111.0

Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal

The attached Voluntary Intermodal Sealift Agreement (VISA) solicitation and attachments are posted in order to execute the next iteration of VISA contracts. These contingency contracts implement VISA as defined in the Federal Register dated 29 October 2014. VISA provides for contingency sealift services that may arise in any part of the world. The general scope of services under this contract includes the provision of ocean transportation charter for worldwide port-to-port ocean movements and related intermodal movements, infrastructure, services, and management expertise. VISA participants shall provide basic services, as outlined in the Terms and Conditions, including guaranteed capacity commitments, in the event of VISA activation, for use during DoD contingency operations. For this iteration of VISA, the Period of Performance for the Base Period is 1 October 2024 – 30 September 2029 and Option Period 1 is 1 October 2029 – 30 September 2034. The VISA solicitation is open for enrollment from 27 June 2024 to 30 September 2034. VISA participants receive priority for peacetime DoD cargo and no low dollar minimally funded task order will be executed to bind the parties to this VISA contingency contract and the vessel capacity commitments within. Current VISA Participants: In July 2024, USTRANSCOM-AQ will begin reaching out to all current VISA participants via email to confirm if they want to remain enrolled in the program. If the participant chooses to remain in VISA, USTRANSCOM-AQ will provide each participant their Attachment 1 and 2(s) from the previous iteration of the contract to identify any changes to vessel commitments. All Attachment 2s will need to be refilled out/submitted to USTRANSCOM-AQ regardless of vessel changes as we have removed 2 pricing methodologies from the previous iteration. If vessel changes are necessary, participant will update their Attachment 1 and send through the review/signature coordination process with the (Maritime Administration) MARAD and USTRANSCOM. If there are no vessel changes, USTRANSCOM-AQ will update the contract number on the Attachment 1 and include it in the conformed copy of the contract. When Attachment 1 and 2(s) are finalized, USTRANSCOM-AQ will provide the VISA contingency contract for the participant to sign and return to USTRANSCOM-AQ. USTRANSCOM-AQ will sign, execute the VISA contingency contract, and provide to participant for their records. New VISA Participants: All new participants will need to enroll through the MARAD website at: https://www.maritime.dot.gov/strategic-sealift/office-ship-operations/visa-enrollment-package After MARAD approval, AQ will work with each participant to execute all necessary documents for contract execution. We look forward to working with all current and new VISA participants!

Deadline: 6/27/2029
Posted: 6/27/2024
SolicitationNAICS: 483111.0

FY25-29 STRATEGIC TRENDS RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT

This is a Broad Agency Announcement (BAA) soliciting strategic research on challenges related to weapons of mass destruction (WMD) 5–10 years in the future in support of the mission of the Defense Threat Reduction Agency (DTRA). The BAA covers Fiscal Year (FY) 2025–2029 with a total funding amount of $35,880,000, subject to availability of funds. This BAA will remain posted on the Government point of entry, https://sam.gov/content/home until superseded. Within DoD, DTRA provides cross-cutting solutions to enable the DoD, the United States Government (USG), and international partners to deter strategic attack against the United States and its allies; prevent, reduce, and counter WMD and emerging threats; and prevail against WMD-armed adversaries in crisis and conflict. In pursuit of its mission, DTRA serves two distinct yet complementary roles as a Defense Agency (DA) and Combat Support Agency (CSA). As a DA, DTRA supports strategic policies and priorities to reduce global WMD and emerging threats by deterring potential adversarial acquisition and use of WMD materials/components through nuclear assurance, treaty support, and building partner capacity programs. As a CSA, DTRA leverages its unique capabilities and expertise to identify, develop, and field solutions to counter WMD and emerging threats in direct support of Joint Staff and Combatant Commands. Within DTRA, the Strategic Integration Directorate (SI), Strategic Trends Office (SI-ST) is responsible for anticipating, understanding, and characterizing WMD trends and threats 5–10 years in the future and delivering timely insights and recommendations on how to adapt/respond. SI-ST’s Strategic Trends Research Initiative (STRI) is a curated research portfolio sponsoring analytical studies and Track 1.5 and 2 international dialogues to generate timely, credible, and actionable insights into challenges related to WMD and emerging technology. SI-ST’s research explores a range of challenges related to nuclear, chemical, and biological weapons, including the development of materials, methodologies, or technologies with potential to create new or increase the impact of existing WMD threats. SI-ST’s primary focus area is on WMD challenges 5–10 years into the future and the associated implications for DTRA, DoD, USG, and U.S. allies and partners in areas of deterrence, crisis and conflict prevention, risk reduction, arms control, escalation management, strategic competition, and prevailing during conflict with chemical, biological, radiological, and nuclear (CBRN) possessing adversaries. With its emphasis on examining and anticipating WMD threats and trends in the future, SI-ST’s research reinforces DTRA’s priorities of ensuring an actionable, forward-thinking countering-WMD (CWMD) mission focus; shaping the understanding of CWMD challenges across the policy, Military Service(s), and Combatant Command communities; and recommending solutions to those challenges. In addition to the 1 allowable NAICS Code provided in the Classification Section of this posting, the NAICS Codes listed below are applicable under this BAA. 541690: Other Scientific and Technical Consulting Services 541713: Research and Development in Nanotechnology 541714: Research and Development in Biotechnology (except Nanobiotechnology) 541715: Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) 541720: Research and Development in the Social Sciences and Humanities 541990: All Other Professional, Scientific, and Technical Services 611310: Academies, College or University Including Military Service (college) 927110: Space Research and Technology

Deadline: 8/1/2029
Posted: 4/30/2025
SolicitationNAICS: 54171

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.

Deadline: 8/7/2029
Posted: 8/8/2024
Combined Synopsis/SolicitationNAICS: 541990.0

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.

Deadline: 8/7/2029
Posted: 8/8/2024
Combined Synopsis/SolicitationNAICS: 541990.0

Peterson SFB Wifi Services

This is a notice of intent that the 21st Contracting Squadron (21 CONS) intends to establish one or more Blanket Purchase Agreements (BPAs) that will require the Offeror to provide commercial internet wifi services at and/or around Peterson SFB, CO (See Attachment 1 – Performance Work Statement Wifi BPA). This notice of intent serves as the solicitation. Potential vendors that possess the capabilities to meet the requirements in the attached Performance Work Statement shall respond with confirmation that you are an authorized provider of commercial wifi services, location of servicing office, pricing for each tier of service as detailed in Paragraph 1.2 of Attachment 1, comply with the provisions and clauses contained in Attachment 2, and the terms and conditions in Attachment 3.

Deadline: 8/16/2029
Posted: 2/20/2025
SolicitationNAICS: 517112.0

BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS

The U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC) mission is to provide innovative chemical, biological, radiological, nuclear and explosive (CBRNE) defense capabilities to enable the Joint Warfighters’ dominance on the battlefield and interagency defense of the homeland. Mission areas and technical points of contact for within DEVCOM CBC are shown in Section VII of this Broad Agency Announcement (BAA). Proposals are sought from all eligible sources as specified herein, including educational institutions, nonprofit organizations, and private industry. This BAA provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration.

Deadline: 8/20/2029
Posted: 3/11/2025
SolicitationNAICS: 541715.0

BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS

The U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC) mission is to provide innovative chemical, biological, radiological, nuclear and explosive (CBRNE) defense capabilities to enable the Joint Warfighters’ dominance on the battlefield and interagency defense of the homeland. Mission areas and technical points of contact for within DEVCOM CBC are shown in Section VII of this Broad Agency Announcement (BAA). Proposals are sought from all eligible sources as specified herein, including educational institutions, nonprofit organizations, and private industry. This BAA provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration.

Deadline: 8/20/2029
Posted: 8/20/2024
SolicitationNAICS: 541715.0

BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS

The U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC) mission is to provide innovative chemical, biological, radiological, nuclear and explosive (CBRNE) defense capabilities to enable the Joint Warfighters’ dominance on the battlefield and interagency defense of the homeland. Mission areas and technical points of contact for within DEVCOM CBC are shown in Section VII of this Broad Agency Announcement (BAA). Proposals are sought from all eligible sources as specified herein, including educational institutions, nonprofit organizations, and private industry. This BAA provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration.

Deadline: 8/20/2029
Posted: 5/5/2025
SolicitationNAICS: 541715.0

Forest Improvement Herbicide- Fort Drum

This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Herbicide Services under North American Industry Classification System Code (NAICS) 115310: Support Activities for Forestry. The small business size standard for this industry is $11.5 million in average annual revenue. Services would include but is not limited to the following: Provide treatment of invasive/undesirable vegetation on Fort Drum through various application methods of herbicide through a Blanket Purchase Agreement (BPA). Treatment areas will be from 1 to 400 acres within the Cantonment and Training Areas. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://piee.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio?economic status; past performance, where past performance information exists; and technical capabilities. IAW FAR 52.204?7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 115310. The registrations can be done through System for Award Management (SAM) for free at https://sam.gov/content/home. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code via email to kayla.m.rogers14.civ@army.mil and jeffery.l.frans.civ@army.mil Any correspondence relating to this synopsis should have "Herbicide Master BPA" annotated in the subject field.

Deadline: 8/22/2029
Posted: 8/22/2024
PresolicitationNAICS: 115310.0

Logistics Technology Research (LTR) Program

The Logistics Technology Research (LTR) Program is exploring the application of emergent technologies and commercial or other innovative business practices to develop new capabilities and improved Defense Logistics Agency (DLA) processes to sustain Department of Defense (DOD) weapon systems. LTR seeks to develop and demonstrate capabilities with beneficial application across one or more DLA Major Subordinate Commands (MSCs) or HQ Process Owners. LTR is a DLA-sponsored logistics R&D program with a mission to conduct research and development projects to provide improved capabilities and methods for delivery of parts and services to DLA’s customers. Problems addressed by LTR are usually, although not always, associated with DLA management of weapon system parts in Supply Class IX, although the R&D solutions can be deployed to additional areas of DLA’s business processes. LTR projects address problems faced by the Troop Support, Aviation, and Land and Maritime MSCs and several DLA Headquarters Process Owners. Offerors are encouraged to propose innovative solutions within the scope of the LTR. Equal consideration will be given to all approaches that enable improved processes aligning with the DOD and DLA Director’s Strategic Initiatives.

Deadline: 8/28/2029
Posted: 12/11/2024
SolicitationNAICS: 541715.0

FA461325Q0023 Replacement Office Furniture B327/328

Amendment 01- Updated Combo Doc, Added Attachment 3 – Q&A_Final, Edited Classification on SAM from Total Small Business Set Asie to Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside This requirement is for the purchase of various furniture items for a classroom and office setting. These items include tables (30), chairs (157), classroom lecterns (2), bookshelves (15), file cabinets (10), desks (36), transaction counters (21), workstations (14), wardrobe cabinets (13), bookcases (17), mobile pedestals (16), floor mat (12), and a conference table (1). This requirement will also include delivery/ installation and removal of the old furniture.

Deadline: 8/29/2029
Posted: 8/22/2025
SolicitationNAICS: 33721.0

FA461325Q0023 Replacement Office Furniture B327/328

This requirement is for the purchase of various furniture items for a classroom and office setting. These items include tables (30), chairs (157), classroom lecterns (2), bookshelves (15), file cabinets (10), desks (36), transaction counters (21), workstations (14), wardrobe cabinets (13), bookcases (17), mobile pedestals (16), floor mat (12), and a conference table (1). This requirement will also include delivery/ installation and removal of the old furniture.

Deadline: 8/29/2029
Posted: 8/11/2025
SolicitationNAICS: 33721.0

Blue Ridge Community College (BRCC)

Amendment V To IFB 70FBR425B00000009 – BRCC Repairs Purpose: This amendment is issued to extend the bid opening date from September 12, 2025, at 1300 hours to September 19, 2025, at 1300 hours. The extension is intended to provide Offerors additional time to review recent amendments, including clarifications to the scope of work and updated documentation, ensuring sufficient time to prepare competitive and responsive bids. Amendment Details: Revised Bid Opening Date: The bid opening date is hereby extended from September 12, 2025, at 1300 hours to September 19, 2025, at 1300 hours. Reason for Extension: The extension is being provided to ensure Offerors have adequate time to review clarifications to the solicitation, including the scope of work and logistical considerations. Additional Note for Offerors: Based on information provided by BRCC, Offerors are advised that asphalt production in the local operating area may slow or stop during winter months. This seasonal limitation could impact repair schedules, and Offerors should plan accordingly when preparing their bids. Instructions to Offerors: Offerors must acknowledge receipt of this amendment by signing below and including it with their bid submission. Offerors are encouraged to review all amendments and attachments carefully and incorporate the updated information into their proposals. Acknowledgment of Amendment V: Offerors must acknowledge receipt of this amendment by signing below and including it with their bid submission. Authorized Signature: [Name of Offeror] _______________ [Date] _______________ All other terms and conditions of the IFB remain unchanged.

Deadline: 9/19/2029
Posted: 9/11/2025
Combined Synopsis/SolicitationNAICS: 238990.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 6/10/2025
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 5/30/2025
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 5/30/2025
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 4/17/2025
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 11/21/2024
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 6/17/2025
PresolicitationNAICS: 541715.0

Accelerating Market Readiness Program

This is a five year open Broad Agency Announcement for the Federal Highway Administration's (FHWA) Office of Technical Services (OTS), Accelerating Market Readiness (AMR) Program. White papers under this BAA will only be solicited under individual calls. Individual calls will be separately posted in SAM.

Deadline: 10/28/2029
Posted: 10/29/2024
SolicitationNAICS: 541330.0

Accelerating Market Readiness Program

Please see attachments for amended BAA, BAA Amendment Memo, and amended Appendix C. This is a five year open Broad Agency Announcement for the Federal Highway Administration's (FHWA) Office of Technical Services (OTS), Accelerating Market Readiness (AMR) Program. White papers under this BAA will only be solicited under individual calls. Individual calls will be separately posted in SAM. Appendix A White Paper Example Appendix B Price Model Appendix C Innovation Topics Appendix D Small Business Subcontracting Plan Appendix E Standard Form LLL

Deadline: 10/28/2029
Posted: 2/25/2025
SolicitationNAICS: 541330.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 7/10/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 6/3/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 4/10/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 11/12/2024
Combined Synopsis/SolicitationNAICS: 541715.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 10/31/2024
Combined Synopsis/SolicitationNAICS: 541715.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 7/11/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Supply Blanket Purchase Agreement (Hardware)

This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under North American Industry Classification System Code (NAICS) 333998: All Other Miscellaneous General Purpose Machinery Manufacturing. The small business size standard for this industry is 700 employees. The Contractor shall supply general hardware and lumber items for the Department of Public works on Fort Drum NY. The Contractor must be located within a 30 mile radius of Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC). Calls over the $10,000 limit may be paid through Wide Area Workflow (WAWF). To register and access WAWF, go to https://wawf.eb.mil/. There will be times when the Government will utilize Unison Global in order to compete the calls. The Contractor shall register with Unison Global once the Master Blanket Purchase Agreement is signed. The website to register is http://www.unisonglobal.com/, email:info@fedbid.com, phone: 877-933-3243 BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. As prescribed in FAR 52.204-7, interested parties must be registered and current in the System for Award Management (SAM), representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) for free at http://www.sam.gov/portal/public/SAM/. SAM registration must be complete prior to entering into a BPA. Any interested party may inquire with the following Contract Specialists via email: samara.e.johnson.civ@army.mil, jeffery.l.frans.civ@army.mil, and ernie.a.ixtlahuac.civ@army.mil. Any correspondence relating to this synopsis should have “Hardware BPA" notated in the subject field and shall be emailed to every contract specialist listed in this notice and include the following: Unique Entity ID (UEI) CAGE Code Tax ID Number POC’s name, physical address, email address, and telephone number Website address (if applicable) Small business size, socioeconomic categories, and type of ownership for the organization

Deadline: 10/30/2029
Posted: 10/31/2024
RFINAICS: 333998.0

Construct Shipping and Receiving Building, Fort Bliss, TX

Construct Shipping and Receiving Building, Fort Bliss, TX

Deadline: 11/11/2029
Posted: 10/27/2025
RFINAICS: 236220.0

BPA Compressed Gas Cylinders

The Government is seeking to identify potential small businesses that can satisfy this requirement at the contractor level under NAICS Code 325199 - All Other Basic Organic Chemical Manufacturing. Potential small business concerns should be able to Supply gasses noted in sources sought document. The contractor shall supply and deliver various compressed gases to TYAD for use in the industrial areas and base operations upon request. Gas Cylinders will all be contractor owned. **PLEASE SEE Updated Sources Sought Attachment and Draft scope of work

Deadline: 11/14/2029
Posted: 11/20/2024
RFINAICS: 325199.0

Commercial Lodging BPA - Peterson SFB

March 17, 2025 Please see Amendment 3 for updates to the solicitation, Amendment 3 Lodging Combo_20Feb25 ---------------------------------------------------------------------------------------------------------------------- February 3, 2025 Please see Amendment 2 for the following updated information, Attachment 7 - Wage Determination_22Dec24 ---------------------------------------------------------------------------------------------------------------------- December 4, 2024 Please see Amendment 1 for the following updated Questions and Answers, Attachment 6 - QA_2Dec2024 ---------------------------------------------------------------------------------------------------------------------- Peterson Space Force Base (PSFB) organizations have a requirement for commercial lodging that will encompass all military personnel stationed at PSFB organizations in accordance with the attached Requirement Statement. The scope of work requires the contractor to provide commercial lodging for Air Reserve Airmen assigned to PSFB organizations. Hotel/Motel rooms will be ordered on an as needed basis in accordance with the terms and conditions of the Blanket Purchase Agreement(s) (BPA).

Deadline: 11/26/2029
Posted: 3/17/2025
SolicitationNAICS: 721110.0

Commercial Lodging BPA - Peterson SFB

February 20, 2025 Please see Amendment 3 for updates to the solicitation, Amendment 3 Lodging Combo_20Feb25 ---------------------------------------------------------------------------------------------------------------------- February 3, 2025 Please see Amendment 2 for the following updated information, Attachment 7 - Wage Determination_22Dec24 ---------------------------------------------------------------------------------------------------------------------- December 4, 2024 Please see Amendment 1 for the following updated Questions and Answers, Attachment 6 - QA_2Dec2024 ---------------------------------------------------------------------------------------------------------------------- Peterson Space Force Base (PSFB) organizations have a requirement for commercial lodging that will encompass all military personnel stationed at PSFB organizations in accordance with the attached Requirement Statement. The scope of work requires the contractor to provide commercial lodging for Air Reserve Airmen assigned to PSFB organizations. Hotel/Motel rooms will be ordered on an as needed basis in accordance with the terms and conditions of the Blanket Purchase Agreement(s) (BPA).

Deadline: 11/26/2029
Posted: 3/17/2025
SolicitationNAICS: 721110.0

Commercial Lodging BPA - Peterson SFB

February 3, 2025 Please see Amendment to update Attachment 7 - Wage Determination_22Dec24 ---------------------------------------------------------------------------------------------------------------------- December 4, 2024 Please see Amendment to include Attachment 6 for answers to commonly recieved questions from industry. ---------------------------------------------------------------------------------------------------------------------- Peterson Space Force Base (PSFB) organizations have a requirement for commercial lodging that will encompass all military personnel stationed at PSFB organizations in accordance with the attached Requirement Statement. The scope of work requires the contractor to provide commercial lodging for Air Reserve Airmen assigned to PSFB organizations. Hotel/Motel rooms will be ordered on an as needed basis in accordance with the terms and conditions of the Blanket Purchase Agreement(s) (BPA).

Deadline: 11/26/2029
Posted: 2/20/2025
SolicitationNAICS: 721110.0

Commercial Lodging BPA - Peterson SFB

February 3, 2025 Please see Amendment to update Attachment 7 - Wage Determination_22Dec24 ---------------------------------------------------------------------------------------------------------------------- December 4, 2024 Please see Amendment to include Attachment 6 for answers to commonly recieved questions from industry. ---------------------------------------------------------------------------------------------------------------------- Peterson Space Force Base (PSFB) organizations have a requirement for commercial lodging that will encompass all military personnel stationed at PSFB organizations in accordance with the attached Requirement Statement. The scope of work requires the contractor to provide commercial lodging for Air Reserve Airmen assigned to PSFB organizations. Hotel/Motel rooms will be ordered on an as needed basis in accordance with the terms and conditions of the Blanket Purchase Agreement(s) (BPA).

Deadline: 11/26/2029
Posted: 2/3/2025
SolicitationNAICS: 721110.0

Commercial Lodging BPA - Peterson SFB

December 4, 2024 Please see Attachment 6 for answers to commonly recieved questions from industry. ---------------------------------------------------------------------------------------------------------------------- Peterson Space Force Base (PSFB) organizations have a requirement for commercial lodging that will encompass all military personnel stationed at PSFB organizations in accordance with the attached Requirement Statement. The scope of work requires the contractor to provide commercial lodging for Air Reserve Airmen assigned to PSFB organizations. Hotel/Motel rooms will be ordered on an as needed basis in accordance with the terms and conditions of the Blanket Purchase Agreement(s) (BPA).

Deadline: 11/26/2029
Posted: 12/4/2024
SolicitationNAICS: 721110.0

Commercial Lodging BPA - Peterson SFB

Peterson Space Force Base (PSFB) organizations have a requirement for commercial lodging that will encompass all military personnel stationed at PSFB organizations in accordance with the attached Requirement Statement. The scope of work requires the contractor to provide commercial lodging for Air Reserve Airmen assigned to PSFB organizations. Hotel/Motel rooms will be ordered on an as needed basis in accordance with the terms and conditions of the Blanket Purchase Agreement(s) (BPA).

Deadline: 11/26/2029
Posted: 11/26/2024
SolicitationNAICS: 721110.0

Commercial Lodging BPA - Peterson SFB

April 9, 2025 Please see Amendment 4 for updates to the solicitation, Amendment 4 Lodging Combo_9Apr2025 Please see updates to the Requirement Statement, REVISED - Requirement Statement_9Apr2025 --------------------------------------------------------------------------------------------------------------------- March 17, 2025 Please see Amendment 3 for updates to the solicitation, Amendment 3 Lodging Combo_20Feb25 ---------------------------------------------------------------------------------------------------------------------- February 3, 2025 Please see Amendment 2 for the following updated information, Attachment 7 - Wage Determination_22Dec24 ---------------------------------------------------------------------------------------------------------------------- December 4, 2024 Please see Amendment 1 for the following updated Questions and Answers, Attachment 6 - QA_2Dec2024 ---------------------------------------------------------------------------------------------------------------------- Peterson Space Force Base (PSFB) organizations have a requirement for commercial lodging that will encompass all military personnel stationed at PSFB organizations in accordance with the attached Requirement Statement. The scope of work requires the contractor to provide commercial lodging for Air Reserve Airmen assigned to PSFB organizations. Hotel/Motel rooms will be ordered on an as needed basis in accordance with the terms and conditions of the Blanket Purchase Agreement(s) (BPA).

Deadline: 11/26/2029
Posted: 4/9/2025
SolicitationNAICS: 721110.0

Aviation Research BAA 2025

This Broad Agency Announcement (BAA), for Screening Information Request 692M15-25-R-00004, is sponsored by the Federal Aviation Administration (FAA) and will be open for ten (10) years from December 5, 2024. The BAA will be valid through December 4, 2034, unless terminated sooner. This BAA supports research interests from the William J. Hughes Technical Center for Advanced Aerospace, Aviation Research Division, which is located at Atlantic City International Airport, Atlantic City, NJ and other FAA organizations as required. See attached documents. Amendment 001 is issued to delete BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program. Amendment 002 is issued to add BAA Topics of Interest ARAP0012 Engineering Analysis of Field Monitoring and Instrumentation Data and ARSS0009 Future of Oversight. Amendment 003 is issued to remove BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program which was previously deleted under Amendment 001. Amendment 004 is issued to add BAA Topic of Interest ARAP0013 Enhancement of Airport Pavement Layer Backcalculation Software (BAKFAA).

Deadline: 12/2/2029
Posted: 8/19/2025
SolicitationNAICS: 5417.0

Aviation Research BAA 2025

This Broad Agency Announcement (BAA), for Screening Information Request 692M15-25-R-00004, is sponsored by the Federal Aviation Administration (FAA) and will be open for ten (10) years from December 5, 2024. The BAA will be valid through December 4, 2034, unless terminated sooner. This BAA supports research interests from the William J. Hughes Technical Center for Advanced Aerospace, Aviation Research Division, which is located at Atlantic City International Airport, Atlantic City, NJ and other FAA organizations as required. See attached documents. Amendment 001 is issued to delete BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program. Amendment 002 is issued to add Topics of Interest ARAP0012 Engineering Analysis of Field Monitoring and Instrumentation Data and ARSS Future of Oversight. Amendment 003 is issued to remove BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program which was previously deleted under Amendment 001.

Deadline: 12/2/2029
Posted: 6/9/2025
SolicitationNAICS: 5417.0

Aviation Research BAA 2025

This Broad Agency Announcement (BAA), for Screening Information Request 692M15-25-R-00004, is sponsored by the Federal Aviation Administration (FAA) and will be open for ten (10) years from December 5, 2024. The BAA will be valid through December 4, 2034, unless terminated sooner. This BAA supports research interests from the William J. Hughes Technical Center for Advanced Aerospace, Aviation Research Division, which is located at Atlantic City International Airport, Atlantic City, NJ and other FAA organizations as required. See attached documents. Amendment 001 is issued to delete BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program. Amendment 002 is issued to add Topics of Interest ARAP0012 Engineering Analysis of Field Monitoring and Instrumentation Data and ARSS Future of Oversight.

Deadline: 12/2/2029
Posted: 5/28/2025
SolicitationNAICS: 5417.0

Aviation Research BAA 2025

This Broad Agency Announcement (BAA), for Screening Information Request 692M15-25-R-00004, is sponsored by the Federal Aviation Administration (FAA) and will be open for ten (10) years from December 5, 2024. The BAA will be valid through December 4, 2034, unless terminated sooner. This BAA supports research interests from the William J. Hughes Technical Center for Advanced Aerospace, Aviation Research Division, which is located at Atlantic City International Airport, Atlantic City, NJ and other FAA organizations as required. See attached documents. Amendment 001 is issued to delete BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program. Amendment 002 is issued to add Topics of Interest ARAP0012 Engineering Analysis of Field Monitoring and Instrumentation Data and ARSS Fuure of Oversight.

Deadline: 12/2/2029
Posted: 5/28/2025
SolicitationNAICS: 5417.0

Aviation Research BAA 2025

This Broad Agency Announcement (BAA), for Screening Information Request 692M15-25-R-00004, is sponsored by the Federal Aviation Administration (FAA) and will be open for ten (10) years from December 5, 2024. The BAA will be valid through December 4, 2034, unless terminated sooner. This BAA supports research interests from the William J. Hughes Technical Center for Advanced Aerospace, Aviation Research Division, which is located at Atlantic City International Airport, Atlantic City, NJ and other FAA organizations as required. See attached documents. Amendment 001 is issued to delete BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program.

Deadline: 12/2/2029
Posted: 5/5/2025
SolicitationNAICS: 5417.0

Aviation Research BAA 2025

This Broad Agency Announcement (BAA), for Screening Information Request 692M15-25-R-00004, is sponsored by the Federal Aviation Administration (FAA) and will be open for ten (10) years from December 5, 2024. The BAA will be valid through December 4, 2034, unless terminated sooner. This BAA supports research interests from the William J. Hughes Technical Center for Advanced Aerospace, Aviation Research Division, which is located at Atlantic City International Airport, Atlantic City, NJ and other FAA organizations as required. See attached documents.

Deadline: 12/2/2029
Posted: 12/3/2024
SolicitationNAICS: 5417.0
Page 34 of 36