Federal Contract Opportunities

Showing 1,751-1,787 of 1,787 opportunities

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

Autonomous Decisions, Algorithms, and Modeling (ADAM)

The Air Force Research Laboratory, Sensors Directorate, Multi-Domain Sensing Autonomy Division (AFRL/RYA) Autonomous Decisions, Algoriths, and Modeling (ADAM) Multiple Authority Announcement (MAA) is intended to provide RYA's comprehensive strategy, allowing for progression from basic research to technology maturation and transition. Please see attached MAA and Industry Guide for additional information.

Deadline: 4/14/2030
Posted: 4/14/2025
SolicitationNAICS: 541715.0

Autonomous Decisions, Algorithms, and Modeling (ADAM)

The Air Force Research Laboratory, Sensors Directorate, Multi-Domain Sensing Autonomy Division (AFRL/RYA) Autonomous Decisions, Algoriths, and Modeling (ADAM) Multiple Authority Announcement (MAA) is intended to provide RYA's comprehensive strategy, allowing for progression from basic research to technology maturation and transition. Please see attached MAA and Industry Guide for additional information.

Deadline: 4/14/2030
Posted: 5/20/2025
SolicitationNAICS: 541715.0

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: 4/24/2030
Posted: 4/25/2025
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: 4/24/2030
Posted: 4/25/2025
Combined Synopsis/SolicitationNAICS: 541990.0

Field, Background-Investigative Services

This Notice will SOON be canceled and replaced with #15A00025Q00000069 - No major changes, rather the newer Notice will be under FAR subpart 13.5 vs. FAR 15, thus a standard form (SF) 18 & RFQ with commercial formatting vs. a SF 1449 & RFP with the uniformed-contract format; it will also close five (5) years from the posting date vs. this year. As such, any proposals submitted under #15A00025R00000040 will need to be re-submitted as quotations under & reflect the new #. *** This is a combined synopsis/solicitation (request for proposals {RFP}) for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. This solicitation document/RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 since 2025-04 is not yet available via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting proposals; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the Proposal Instructions to properly and completely respond to this RFP.

Deadline: 6/10/2030
Posted: 6/13/2025
Combined Synopsis/SolicitationNAICS: 561611

Field, Background-Investigative Services (Multiple Award)

[9/12/2025 - This Notice has been edited to upload/attach AMENDMENT 0003 - Read Block 14 of the "...SF 30_0003" file that's attached to learn of the updates to this RFQ.] *** [7/18/2025] This Notice has been edited to upload/attach the updated Responses to the Questions received via email - Q #0 there now includes the missing "i" for the other recipient's e-dress. *** [7/15/2025] This Notice has been edited to attach/upload the updated Survey for Factors 1-6, which now displays a strikethrough Question [Q] #10 for Factor 4 as ATF no longer requires a response to that question. *** [7/14/2025] This Notice has been edited to upload/attach AMENDMENT 0002, which: 1) inserts "6" for the Page count of the 3rd attachment on this standard form (SF) 30; 2) adds "[if it hasn't already submitted such]" to Section 19.0 of the statement of work (SOW) within Section 3.1 of this request for quotations (RFQ) AND "[/renewal]" to Section 4.3 of this RFQ; 3) removes clause #ATF-50 & strikes references to such (no longer required internally although clause #52.219-14 still applies); & 4) updates the attachment for Responses to the Questions received via email. Offerors need NOT sign Amendment 0002. Additionally, offerors with an existing, basic-ordering agreement (BOA) need NOT respond to this request for quotation (RFQ) until at least three (3) to five (5) months before its BOA expires. *** [6/25/2025] This Notice has been edited to upload/attach the Responses to the Questions received via email, also to provide additional guidance/information in the 2nd-to-last 'paragraph' below - Such updates are notated within brackets below. *** [6/16/2025] AMENDMENT 0001 | Read Block 14 of the "...SF 30_0001" file that's attached to learn of the minor updates to this RFQ. *** [6/16/2025] This is a combined synopsis/solicitation [RFQ] for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "INSTRUCTIONS TO OFFERORS" [(always of the most-recent posting per the RFQ, currently Amendment 0001)] under FAR 52.212-1 (SECTION 4.3) to properly submit questions, also to properly and completely respond to this RFQ[, and submit their quotation pacakge]. [Interested offerors shall refer to the "...Questions+Responses" file that's attached.] If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 9/12/2025
Combined Synopsis/SolicitationNAICS: 561611.0

Field, Background-Investigative Services (Multiple Award)

[7/18/2025] This Notice has been edited to upload/attach the updated Responses to the Questions received via email - Q #0 there now includes the missing "i" for the other recipient's e-dress. *** [7/15/2025] This Notice has been edited to attach/upload the updated Survey for Factors 1-6, which now displays a strikethrough Question [Q] #10 for Factor 4 as ATF no longer requires a response to that question. *** [7/14/2025] This Notice has been edited to upload/attach AMENDMENT 0002, which: 1) inserts "6" for the Page count of the 3rd attachment on this standard form (SF) 30; 2) adds "[if it hasn't already submitted such]" to Section 19.0 of the statement of work (SOW) within Section 3.1 of this request for quotations (RFQ) AND "[/renewal]" to Section 4.3 of this RFQ; 3) removes clause #ATF-50 & strikes references to such (no longer required internally although clause #52.219-14 still applies); & 4) updates the attachment for Responses to the Questions received via email. Offerors need NOT sign Amendment 0002. Additionally, offerors with an existing, basic-ordering agreement (BOA) need NOT respond to this request for quotation (RFQ) until at least three (3) to five (5) months before its BOA expires. *** [6/25/2025] This Notice has been edited to upload/attach the Responses to the Questions received via email, also to provide additional guidance/information in the 2nd-to-last 'paragraph' below - Such updates are notated within brackets below. *** [6/16/2025] AMENDMENT 0001 | Read Block 14 of the "...SF 30_0001" file that's attached to learn of the minor updates to this RFQ. *** [6/16/2025] This is a combined synopsis/solicitation [RFQ] for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "INSTRUCTIONS TO OFFERORS" [(always of the most-recent posting per the RFQ, currently Amendment 0001)] under FAR 52.212-1 (SECTION 4.3) to properly submit questions, also to properly and completely respond to this RFQ[, and submit their quotation pacakge]. [Interested offerors shall refer to the "...Questions+Responses" file that's attached.] If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 7/18/2025
Combined Synopsis/SolicitationNAICS: 561611.0

Field, Background-Investigative Services (Multiple Award)

[7/15/2025] This Notice has been edited to attach/upload the updated Survey for Factors 1-6, which now displays a strikethrough Question #10 for Factor 4 as ATF no longer requires a response to that question. *** [7/14/2025] This Notice has been edited to upload/attach AMENDMENT 0002, which: 1) inserts "6" for the Page count of the 3rd attachment on this standard form (SF) 30; 2) adds "[if it hasn't already submitted such]" to Section 19.0 of the statement of work (SOW) within Section 3.1 of this request for quotations (RFQ) AND "[/renewal]" to Section 4.3 of this RFQ; 3) removes clause #ATF-50 & strikes references to such (no longer required internally although clause #52.219-14 still applies); & 4) updates the attachment for Responses to the Questions received via email. Offerors need NOT sign Amendment 0002. Additionally, offerors with an existing, basic-ordering agreement (BOA) need NOT respond to this request for quotation (RFQ) until at least three (3) to five (5) months before its BOA expires. *** [6/25/2025] This Notice has been edited to upload/attach the Responses to the Questions received via email, also to provide additional guidance/information in the 2nd-to-last 'paragraph' below - Such updates are notated within brackets below. *** [6/16/2025] AMENDMENT 0001 | Read Block 14 of the "...SF 30_0001" file that's attached to learn of the minor updates to this RFQ. *** [6/16/2025] This is a combined synopsis/solicitation [RFQ] for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "INSTRUCTIONS TO OFFERORS" [(always of the most-recent posting per the RFQ, currently Amendment 0001)] under FAR 52.212-1 (SECTION 4.3) to properly submit questions, also to properly and completely respond to this RFQ[, and submit their quotation pacakge]. [Interested offerors shall refer to the "...Questions+Responses" file that's attached.] If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 7/15/2025
Combined Synopsis/SolicitationNAICS: 561611.0

Field, Background-Investigative Services (Multiple Award)

This Notice has been edited to upload/attach AMENDMENT 0002, which: 1) inserts "6" for the Page count of the 3rd attachment on this standard form (SF) 30; 2) adds "[if it hasn't already submitted such]" to Section 19.0 of the statement of work (SOW) within Section 3.1 of this request for quotations (RFQ) AND "[/renewal]" to Section 4.3 of this RFQ; 3) removes clause #ATF-50 & strikes references to such (no longer required internally although clause #52.219-14 still applies); & 4) updates the attachment for Responses to the Questions received via email. Offerors need NOT sign Amendment 0002. Additionally, offerors with an existing, basic-ordering agreement (BOA) need NOT respond to this request for quotation (RFQ) until at least three (3) to five (5) months before its BOA expires. *** This Notice has been edited to upload/attach the Responses to the Questions received via email, also to provide additional guidance/information in the 2nd-to-last 'paragraph' below - Such updates are notated within brackets below. *** AMENDMENT 0001 | Read Block 14 of the "...SF 30_0001" file that's attached to learn of the minor updates to this RFQ. *** This is a combined synopsis/solicitation [RFQ] for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "INSTRUCTIONS TO OFFERORS" [(always of the most-recent posting per the RFQ, currently Amendment 0001)] under FAR 52.212-1 (SECTION 4.3) to properly submit questions, also to properly and completely respond to this RFQ[, and submit their quotation pacakge]. [Interested offerors shall refer to the "...Questions+Responses" file that's attached.] If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 7/14/2025
Combined Synopsis/SolicitationNAICS: 561611.0

Field, Background-Investigative Services (Multiple Award)

This Notice has been edited to upload/attach the Responses to the Questions received via email, also to provide additional guidance/information in the 2nd-to-last 'paragraph' below - Such updates are notated within brackets below. *** AMENDMENT 0001 | Read Block 14 of the "...SF 30_0001" file that's attached to learn of the minor updates to this RFQ. *** This is a combined synopsis/solicitation (request for quotations {RFQ}) for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "INSTRUCTIONS TO OFFERORS" [(always of the most-recent posting per the RFQ, currently Amendment 0001)] under FAR 52.212-1 (SECTION 4.3) to properly submit questions, also to properly and completely respond to this RFQ[, and submit their quotation pacakge]. [Interested offerors shall refer to the "...Questions+Responses" file that's attached.] If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 6/25/2025
Combined Synopsis/SolicitationNAICS: 561611.0

Field, Background-Investigative Services (Multiple Award)

AMENDMENT 0001 | Read Block 14 of the "...SF 30_0001" file that's attached to learn of the minor updates to this RFQ. *** This is a combined synopsis/solicitation (request for quotations {RFQ}) for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "INSTRUCTIONS TO OFFERORS" under FAR 52.212-1 (SECTION 4.3) to properly submit questions, also to properly and completely respond to this RFQ. If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 6/16/2025
Combined Synopsis/SolicitationNAICS: 561611.0

Field, Background-Investigative Services (Multiple Award)

This is a combined synopsis/solicitation (request for quotations {RFQ}) for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "INSTRUCTIONS TO OFFERORS" under FAR 52.212-1 (SECTION 4.3) to properly submit questions, also to properly and completely respond to this RFQ. If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 6/16/2025
Combined Synopsis/SolicitationNAICS: 561611.0

Field, Background-Investigative Services (Multiple Award)

This is a combined synopsis/solicitation (request for quotations {RFQ}) for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "Quotation Instructions" to properly submit questions, also to properly and completely respond to this RFQ. If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 6/16/2025
Combined Synopsis/SolicitationNAICS: 561611.0

Field, Background-Investigative Services

This is a combined synopsis/solicitation (request for quotations {RFQ}) for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this Notice. While this RFQ replaces Notice #15A00025R00000040, award information for the previous Notices #s, 15A00018R00000040 & 15A00018R00000040REPOST, can be found via www.FPDS.gov. This solicitation document/RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 via https://www.acquisition.gov/browse/index/far. This announcement constitutes the only written solicitation for which the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) is requesting quotations; no other written solicitation will be issued. Interested offerors shall read all attachments and follow the "Quotation Instructions" to properly submit questions, also to properly and completely respond to this RFQ. If offerors have issues saving the files, try selecting "Save As" vs. "Save."

Deadline: 6/15/2030
Posted: 6/16/2025
Combined Synopsis/SolicitationNAICS: 561611.0

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: 6/25/2030
Posted: 6/26/2025
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: 6/25/2030
Posted: 6/26/2025
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: 7/16/2030
Posted: 7/17/2025
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: 7/16/2030
Posted: 7/17/2025
Combined Synopsis/SolicitationNAICS: 541990.0

UAS Drone Blue Cleared or Select lists compliant BPA

Agency/Office: MICC – Fort Drum Location/MICC Fort Drum Title: FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA) This synopsis is for informational purposes only. This is not a request for quote (RFQ) or a promise to issue a future RFQ. It shall not be construed as a commitment by the Government to contract for any service. The U.S. Government is not seeking quotes at this time and will not accept unsolicited proposals in response to this synopsis. Responses in any form are not offers and the Government is under no obligation to award a contract because of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Not responding to this announcement does not preclude participation in any future RFQ, if any are issued. The Mission and Installation Contracting Command (MICC) Fort Drum, NY is seeking to identify multiple Small Businesses with the interest and resources to enter into a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft System (sUAS) and repair parts under the North American Industry Classification System (NAICS) Code 336411 Aircraft Manufacturing. The small business size standard for this industry is 1,500 employees. The Product Service Code is 1550 Unmanned Aircraft. Potential offeror must be an authorized distributor of at least one of the Blue UAS Cleared or Select lists. That can be found here https://www.diu.mil/blue-uas-cleared-list. The Blue UAS Cleared List are those approved drones providing options for the evolving mission needs of DoD users. These drones are compliant with current law and policy, validated as cyber-secure and are available for DoD purchase and operation. The drones identified with a checkmark are Blue UAS Select. These have been added to the list in response to partner organization needs and through competitive processes. These platforms have an Authority to Operate (ATO) and have undergone additional cybersecurity and performance-based assessments. Offerors need to provide documentation, such as an approval letter or reseller agreement, confirming they are an authorized reseller listed on the Blue UAS Cleared List The Offeror must be registered in Wide Area Work Flow (WAWF) for contract payment. To register and access WAWF, go to https://piee.eb.mil/. As prescribed in FAR 4.1102, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 336411. Representations and Certifications must also be on record. SAM registration is free and done through the website at https://www.sam.gov. This procurement will be 100% Small Business Set Aside for this requirement and currently registered in Small Business Administration (SBA). Instructions to Interested Parties: If your small business organization has the potential capacity to perform these Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA) and is interested in being considered for inclusion in this procurement BPA, respond electronically to the point of contact information below. Responses must reference “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject field, be in Portable Document Format (PDF), submitted electronically to SFC Francisco, Jeffrey @ jeffrey.o.francisco.mil@army.mil, SSG Gould, Justin @ justin.c.gould5.mil@army.mil, MSG Timmons, David @ david.b.timmons.mil@army.mil with a courtesy copy to Mr. Ernie Ixtlahuac @ ernie.a.ixtlahuac.civ@army.mil and Ms. Jennifer Earl-Schultheis @ jennifer.l.earl-schultheis.civ@army.mil include the following: 1) UEI Number 2) CAGE Code 3) Tax ID Number 4) POC’s name, physical address, email address, and telephone number 5) Website address 6) Small business size, socioeconomic categories, and type of ownership for the organization 7) Capability Statement 8) Approved letter or agreement as an authorized distributor of at least one Blue UAS Select or Cleared list. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Deadline: 7/31/2030
Posted: 9/12/2025
RFINAICS: 336411.0

CSO - USTRANSCOM Information Technology (IT) Enterprise Modernization (ITEM) Solutions

The United States Transportation Command (USTRANSCOM) is issuing this Commercial Solutions Opening (CSO) in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70, Defense Commercial Solutions Opening. USTRANSCOM conducts global integrated mobility operations and relies on robust IT systems and technologies that meet stringent DoD security standards. This CSO seeks an innovative approach to meet various USTRANSCOM IT needs. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific AoIs. Each AoI will identify USTRANSCOM’s interest for an individual IT program requirement or solution, or a broadly defined interest covering the full range of IT program requirements or solutions. All submissions in response to any AoI will be governed by this CSO unless otherwise noted in the individual AoI or in the individual CSO Call. The intent of this CSO is to remain open indefinitely. Any updates to the CSO will be posted here. It is recommended to review all attachments that pertain to this CSO posting and to monitor SAM.gov for any future related notices / CSO Call postings. Each CSO Call posting will include specific POC's, information, and attachments.

Deadline: 8/1/2030
Posted: 8/4/2025
SolicitationNAICS: 541519.0

CSO - USTRANSCOM Information Technology (IT) Enterprise Modernization (ITEM) Solutions

13 AUG UPDATE: See Amendment 1 to the CSO document with changes in red. The United States Transportation Command (USTRANSCOM) is issuing this Commercial Solutions Opening (CSO) in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70, Defense Commercial Solutions Opening. USTRANSCOM conducts global integrated mobility operations and relies on robust IT systems and technologies that meet stringent DoD security standards. This CSO seeks an innovative approach to meet various USTRANSCOM IT needs. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific AoIs. Each AoI will identify USTRANSCOM’s interest for an individual IT program requirement or solution, or a broadly defined interest covering the full range of IT program requirements or solutions. All submissions in response to any AoI will be governed by this CSO unless otherwise noted in the individual AoI or in the individual CSO Call. The intent of this CSO is to remain open indefinitely. Any updates to the CSO will be posted here. It is recommended to review all attachments that pertain to this CSO posting and to monitor SAM.gov for any future related notices / CSO Call postings. Each CSO Call posting will include specific POC's, information, and attachments.

Deadline: 8/4/2030
Posted: 8/13/2025
PresolicitationNAICS: 541519.0

CSO - USTRANSCOM Information Technology (IT) Enterprise Modernization (ITEM) Solutions

The United States Transportation Command (USTRANSCOM) is issuing this Commercial Solutions Opening (CSO) in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70, Defense Commercial Solutions Opening. USTRANSCOM conducts global integrated mobility operations and relies on robust IT systems and technologies that meet stringent DoD security standards. This CSO seeks an innovative approach to meet various USTRANSCOM IT needs. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific AoIs. Each AoI will identify USTRANSCOM’s interest for an individual IT program requirement or solution, or a broadly defined interest covering the full range of IT program requirements or solutions. All submissions in response to any AoI will be governed by this CSO unless otherwise noted in the individual AoI or in the individual CSO Call. The intent of this CSO is to remain open indefinitely. Any updates to the CSO will be posted here. It is recommended to review all attachments that pertain to this CSO posting and to monitor SAM.gov for any future related notices / CSO Call postings. Each CSO Call posting will include specific POC's, information, and attachments.

Deadline: 8/4/2030
Posted: 8/4/2025
PresolicitationNAICS: 541519.0

Technologies for Forging

The purpose of this BAA stems from emerging and rapidly expanding requirements to (1) structure, execute, and coordinate projects that develop innovative solutions that can reduce the disproportionate number of DLA backorders, or unfilled orders for items that contain forgings, and (2) to improve the quality, productivity, technology, and business practices of the forging industry. Please refer to the attached document(s) for detailed instructions regarding the submission of White Papers and Proposals.

Deadline: 8/13/2030
Posted: 8/13/2025
Combined Synopsis/SolicitationNAICS: 541715.0

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: 8/27/2030
Posted: 8/28/2025
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: 8/27/2030
Posted: 8/28/2025
Combined Synopsis/SolicitationNAICS: 541990.0

Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)

Open-2501- Construction Cost and Schedule (Open) (Added 9/16/2025) The Government seeks an innovative solution to improve project outcomes by combining benchmarking with forward-looking market intelligence. The innovative solution shall emphasize optimizing total cost of ownership, differentiating discretionary versus mandatory requirements, and iterative investigation across all levels of a project, from macro design to micro equipment selection. The innovative solution shall incorporate data-driven insights to be framed by including a project delivery navigator that integrates structured and unstructured data, and the importance of considering external factors like commodity prices, local labor dynamics, and Engineering, Procurement and Construction (EPC) market intelligence to predict and improve project performance, ultimately advocating for aggressive design challenges and industrialized production processes to achieve successful project delivery. Description The purpose of this CSO is to allow for competitive selection of innovative commercial items, technologies, and services to obtain solutions or new capabilities that fulfill requirements, close capability gaps, or provide potential technological advancements in meeting the AFIMSC’s Areas of Interest (AoI). The Air Force Installation and Mission Support Center (AFIMSC) is a vital engine for fostering innovation throughout the Air Force. It functions as a dynamic community, bringing together a diverse group of individuals from active duty, Air National Guard, Air Force Reserve, civilian service, and contractor roles. This broad mix of backgrounds and experiences is crucial for generating creative solutions the Air Force needs to meet evolving challenges. AFIMSC acts as a central connector, linking Airmen with the resources necessary to transform innovative ideas into reality. This includes securing funding for promising projects, forging connections with industry experts and companies who offer specialized knowledge and technologies, and providing expert guidance and mentorship to navigate the often-complex path of development and implementation. A core element of AFIMSC's strategy is cultivating and facilitating agile engagements fostering collaboration with entities outside the traditional military structure. They embrace the principles of open innovation, understanding that valuable solutions can emerge from diverse sources. AFIMSC actively bridges the gap between the Air Force and the wider innovation ecosystem, engaging with established companies, startups, universities, research institutions, and even non-traditional contributors who may not have previously worked with the military. This "bottom-up" approach empowers Airmen at all levels to identify challenges and propose solutions, ensuring that innovation is driven from the ground up. Solutions presented gain valuable visibility within the Air Force and other government entities, potentially informing future contract solicitations, grants, and agreements. Successful solutions may be selected for prototyping, testing, demonstration, and eventual deployment. Ultimately, AFIMSC contributes to the growth and development of the non-traditional military-business ecosystem, strengthening relationships between the Air Force and the private sector and driving the development of innovative solutions to critical Air Force challenges. In essence, AFIMSC is a driving force, helping the Air Force embrace innovation and adapt to a rapidly changing world. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the Air Force will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO Air Force contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.

Deadline: 8/29/2030
Posted: 9/16/2025
Combined Synopsis/SolicitationNAICS: 541.0

Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)

The purpose of this CSO is to allow for competitive selection of innovative commercial items, technologies, and services to obtain solutions or new capabilities that fulfill requirements, close capability gaps, or provide potential technological advancements in meeting the AFIMSC’s Areas of Interest (AoI). The Air Force Installation and Mission Support Center (AFIMSC) is a vital engine for fostering innovation throughout the Air Force. It functions as a dynamic community, bringing together a diverse group of individuals from active duty, Air National Guard, Air Force Reserve, civilian service, and contractor roles. This broad mix of backgrounds and experiences is crucial for generating creative solutions the Air Force needs to meet evolving challenges. AFIMSC acts as a central connector, linking Airmen with the resources necessary to transform innovative ideas into reality. This includes securing funding for promising projects, forging connections with industry experts and companies who offer specialized knowledge and technologies, and providing expert guidance and mentorship to navigate the often-complex path of development and implementation. A core element of AFIMSC's strategy is cultivating and facilitating agile engagements fostering collaboration with entities outside the traditional military structure. They embrace the principles of open innovation, understanding that valuable solutions can emerge from diverse sources. AFIMSC actively bridges the gap between the Air Force and the wider innovation ecosystem, engaging with established companies, startups, universities, research institutions, and even non-traditional contributors who may not have previously worked with the military. This "bottom-up" approach empowers Airmen at all levels to identify challenges and propose solutions, ensuring that innovation is driven from the ground up. Solutions presented gain valuable visibility within the Air Force and other government entities, potentially informing future contract solicitations, grants, and agreements. Successful solutions may be selected for prototyping, testing, demonstration, and eventual deployment. Ultimately, AFIMSC contributes to the growth and development of the non-traditional military-business ecosystem, strengthening relationships between the Air Force and the private sector and driving the development of innovative solutions to critical Air Force challenges. In essence, AFIMSC is a driving force, helping the Air Force embrace innovation and adapt to a rapidly changing world. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the Air Force will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO Air Force contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.

Deadline: 8/29/2030
Posted: 8/29/2025
Combined Synopsis/SolicitationNAICS: 541.0

Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)

CLOSED -2601 - Optimizing AFCEC CE IT Porfolio: Strengthening Systems for Global Operations (Added 10/1/2025) Due 11/1/2025 SEE Attachemnt Below. Open-2501- Construction Cost and Schedule (Open) (Added 9/16/2025) The Government seeks an innovative solution to improve project outcomes by combining benchmarking with forward-looking market intelligence. The innovative solution shall emphasize optimizing total cost of ownership, differentiating discretionary versus mandatory requirements, and iterative investigation across all levels of a project, from macro design to micro equipment selection. The innovative solution shall incorporate data-driven insights to be framed by including a project delivery navigator that integrates structured and unstructured data, and the importance of considering external factors like commodity prices, local labor dynamics, and Engineering, Procurement and Construction (EPC) market intelligence to predict and improve project performance, ultimately advocating for aggressive design challenges and industrialized production processes to achieve successful project delivery. Description The purpose of this CSO is to allow for competitive selection of innovative commercial items, technologies, and services to obtain solutions or new capabilities that fulfill requirements, close capability gaps, or provide potential technological advancements in meeting the AFIMSC’s Areas of Interest (AoI). The Air Force Installation and Mission Support Center (AFIMSC) is a vital engine for fostering innovation throughout the Air Force. It functions as a dynamic community, bringing together a diverse group of individuals from active duty, Air National Guard, Air Force Reserve, civilian service, and contractor roles. This broad mix of backgrounds and experiences is crucial for generating creative solutions the Air Force needs to meet evolving challenges. AFIMSC acts as a central connector, linking Airmen with the resources necessary to transform innovative ideas into reality. This includes securing funding for promising projects, forging connections with industry experts and companies who offer specialized knowledge and technologies, and providing expert guidance and mentorship to navigate the often-complex path of development and implementation. A core element of AFIMSC's strategy is cultivating and facilitating agile engagements fostering collaboration with entities outside the traditional military structure. They embrace the principles of open innovation, understanding that valuable solutions can emerge from diverse sources. AFIMSC actively bridges the gap between the Air Force and the wider innovation ecosystem, engaging with established companies, startups, universities, research institutions, and even non-traditional contributors who may not have previously worked with the military. This "bottom-up" approach empowers Airmen at all levels to identify challenges and propose solutions, ensuring that innovation is driven from the ground up. Solutions presented gain valuable visibility within the Air Force and other government entities, potentially informing future contract solicitations, grants, and agreements. Successful solutions may be selected for prototyping, testing, demonstration, and eventual deployment. Ultimately, AFIMSC contributes to the growth and development of the non-traditional military-business ecosystem, strengthening relationships between the Air Force and the private sector and driving the development of innovative solutions to critical Air Force challenges. In essence, AFIMSC is a driving force, helping the Air Force embrace innovation and adapt to a rapidly changing world. This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the Air Force will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO Air Force contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts.

Deadline: 8/29/2030
Posted: 10/1/2025
Combined Synopsis/SolicitationNAICS: 541.0

Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)

***ATTENTION*** (16 Sep 25) We are aware of the Microsoft Document issue and are working with the helpdesk to address it. We've uploaded PDF versions of Attachment A and C. Attachment B is an Excel file with multiple tabs and the PDF conversion didn't work. We'll update this announcement as we know more, thank you. Mission Space Combat Power (SCP) is the Space Systems Command (SSC) Program Executive Office (PEO) focused on developing and delivering combat power capabilities in and through space while also providing National security deterrence capabilities countering those identified threats to prevail in a space conflict. This includes acquiring, developing, and fielding resilient space capabilities to protect national interests, enable critical infrastructures, and support the warfighter. Space Combat Power was established to stay ahead of emerging threats by partnering with the defense and commercial industry, academia and allied partners to deliver cutting edge technology in support of full and continuous characterization of space, when necessary, prevailing in a multi-domain conflict extending to space. Dedicated acquisition personnel lead the way to enable and deliver next-generation space enterprise solutions through rapid, innovative, and affordable technology leveraging the full spectrum of partnerships. Perpetual and prolific space characterization is a foundational requirement for continued, sustainable use of space. The need is even more urgent in today’s contested and congested space domain where satellites are proliferating, adversaries are demonstrating aggressive behaviors, and additional threats are emerging. These new threats necessitate dominant and resilient combat power that can gain and maintain space superiority. To that end, SSC/SCP is seeking state-of-the-art technology advancements in proliferated low Earth orbit (pLEO) for Space-to-Space Communications by soliciting technology project contracts through this BAA. Purpose To address near-term pLEO technology challenges, the Government, through this solicitation, is seeking advancement in the following two (2) overarching areas: Space-to-space communications and Space Networking FY26 BAA Calls: Call 1.1: Link-182 Space-to-Space Comms System Development and Demonstration, two-phase, white papers due 6 Oct 2025

Deadline: 9/14/2030
Posted: 9/16/2025
SolicitationNAICS: 541715.0

Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)

Mission Space Combat Power (SCP) is the Space Systems Command (SSC) Program Executive Office (PEO) focused on developing and delivering combat power capabilities in and through space while also providing National security deterrence capabilities countering those identified threats to prevail in a space conflict. This includes acquiring, developing, and fielding resilient space capabilities to protect national interests, enable critical infrastructures, and support the warfighter. Space Combat Power was established to stay ahead of emerging threats by partnering with the defense and commercial industry, academia and allied partners to deliver cutting edge technology in support of full and continuous characterization of space, when necessary, prevailing in a multi-domain conflict extending to space. Dedicated acquisition personnel lead the way to enable and deliver next-generation space enterprise solutions through rapid, innovative, and affordable technology leveraging the full spectrum of partnerships. Perpetual and prolific space characterization is a foundational requirement for continued, sustainable use of space. The need is even more urgent in today’s contested and congested space domain where satellites are proliferating, adversaries are demonstrating aggressive behaviors, and additional threats are emerging. These new threats necessitate dominant and resilient combat power that can gain and maintain space superiority. To that end, SSC/SCP is seeking state-of-the-art technology advancements in proliferated low Earth orbit (pLEO) for Space-to-Space Communications by soliciting technology project contracts through this BAA. Purpose To address near-term pLEO technology challenges, the Government, through this solicitation, is seeking advancement in the following two (2) overarching areas: Space-to-space communications and Space Networking FY26 BAA Calls: Call 1.1: Link-182 Space-to-Space Comms System Development and Demonstration, two-phase, white papers due 6 Oct 2025

Deadline: 9/14/2030
Posted: 9/16/2025
SolicitationNAICS: 541715.0

Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)

Mission Space Combat Power (SCP) is the Space Systems Command (SSC) Program Executive Office (PEO) focused on developing and delivering combat power capabilities in and through space while also providing National security deterrence capabilities countering those identified threats to prevail in a space conflict. This includes acquiring, developing, and fielding resilient space capabilities to protect national interests, enable critical infrastructures, and support the warfighter. Space Combat Power was established to stay ahead of emerging threats by partnering with the defense and commercial industry, academia and allied partners to deliver cutting edge technology in support of full and continuous characterization of space, when necessary, prevailing in a multi-domain conflict extending to space. Dedicated acquisition personnel lead the way to enable and deliver next-generation space enterprise solutions through rapid, innovative, and affordable technology leveraging the full spectrum of partnerships. Perpetual and prolific space characterization is a foundational requirement for continued, sustainable use of space. The need is even more urgent in today’s contested and congested space domain where satellites are proliferating, adversaries are demonstrating aggressive behaviors, and additional threats are emerging. These new threats necessitate dominant and resilient combat power that can gain and maintain space superiority. To that end, SSC/SCP is seeking state-of-the-art technology advancements in proliferated low Earth orbit (pLEO) for Space-to-Space Communications by soliciting technology project contracts through this BAA. Purpose To address near-term pLEO technology challenges, the Government, through this solicitation, is seeking advancement in the following two (2) overarching areas: Space-to-space communications and Space Networking FY26 BAA Calls: Call 1.1: Link-182 Space-to-Space Comms System Development and Demonstration, two-phase, white papers due 6 Oct 2025

Deadline: 9/14/2030
Posted: 9/16/2025
SolicitationNAICS: 541715.0

Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)

Mission Space Combat Power (SCP) is the Space Systems Command (SSC) Program Executive Office (PEO) focused on developing and delivering combat power capabilities in and through space while also providing National security deterrence capabilities countering those identified threats to prevail in a space conflict. This includes acquiring, developing, and fielding resilient space capabilities to protect national interests, enable critical infrastructures, and support the warfighter. Space Combat Power was established to stay ahead of emerging threats by partnering with the defense and commercial industry, academia and allied partners to deliver cutting edge technology in support of full and continuous characterization of space, when necessary, prevailing in a multi-domain conflict extending to space. Dedicated acquisition personnel lead the way to enable and deliver next-generation space enterprise solutions through rapid, innovative, and affordable technology leveraging the full spectrum of partnerships. Perpetual and prolific space characterization is a foundational requirement for continued, sustainable use of space. The need is even more urgent in today’s contested and congested space domain where satellites are proliferating, adversaries are demonstrating aggressive behaviors, and additional threats are emerging. These new threats necessitate dominant and resilient combat power that can gain and maintain space superiority. To that end, SSC/SCP is seeking state-of-the-art technology advancements in proliferated low Earth orbit (pLEO) for Space-to-Space Communications by soliciting technology project contracts through this BAA. Purpose To address near-term pLEO technology challenges, the Government, through this solicitation, is seeking advancement in the following two (2) overarching areas: Space-to-space communications and Space Networking FY26 BAA Calls: Call 1.1: Link-182 Space-to-Space Comms System Development and Demonstration, two-phase, white papers due 6 Oct 2026

Deadline: 9/14/2030
Posted: 9/15/2025
SolicitationNAICS: 541715.0

Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)

Mission Space Combat Power (SCP) is the Space Systems Command (SSC) Program Executive Office (PEO) focused on developing and delivering combat power capabilities in and through space while also providing National security deterrence capabilities countering those identified threats to prevail in a space conflict. This includes acquiring, developing, and fielding resilient space capabilities to protect national interests, enable critical infrastructures, and support the warfighter. Space Combat Power was established to stay ahead of emerging threats by partnering with the defense and commercial industry, academia and allied partners to deliver cutting edge technology in support of full and continuous characterization of space, when necessary, prevailing in a multi-domain conflict extending to space. Dedicated acquisition personnel lead the way to enable and deliver next-generation space enterprise solutions through rapid, innovative, and affordable technology leveraging the full spectrum of partnerships. Perpetual and prolific space characterization is a foundational requirement for continued, sustainable use of space. The need is even more urgent in today’s contested and congested space domain where satellites are proliferating, adversaries are demonstrating aggressive behaviors, and additional threats are emerging. These new threats necessitate dominant and resilient combat power that can gain and maintain space superiority. To that end, SSC/SCP is seeking state-of-the-art technology advancements in proliferated low Earth orbit (pLEO) for Space-to-Space Communications by soliciting technology project contracts through this BAA. Purpose To address near-term pLEO technology challenges, the Government, through this solicitation, is seeking advancement in the following two (2) overarching areas: Space-to-space communications and Space Networking

Deadline: 9/14/2030
Posted: 9/15/2025
SolicitationNAICS: 541715.0

Space-to-Space (S2S) Communication Broad Agency Announcement (BAA)

***ATTENTION*** (02 Oct 25) Contractors who will be submitting Call 1.1 white papers marked as CUI shall do so via DOD SAFE. Contractors shall send an email to the security POC (listed below) asking them to initiate the DOD SAFE "Request a Drop-Off" action with the subject line “S2S Comm BAA Call 1.1 DOD SAFE Drop-Off Request – (company name)”. Security POC: Mr. Steven Mafla SSC/SZW Email: steven.mafla.ctr@spaceforce.mil ***ATTENTION*** (16 Sep 25) We are aware of the Microsoft Document issue and are working with the helpdesk to address it. We've uploaded PDF versions of Attachment A and C. Attachment B is an Excel file with multiple tabs and the PDF conversion didn't work. We'll update this announcement as we know more, thank you. Mission Space Combat Power (SCP) is the Space Systems Command (SSC) Program Executive Office (PEO) focused on developing and delivering combat power capabilities in and through space while also providing National security deterrence capabilities countering those identified threats to prevail in a space conflict. This includes acquiring, developing, and fielding resilient space capabilities to protect national interests, enable critical infrastructures, and support the warfighter. Space Combat Power was established to stay ahead of emerging threats by partnering with the defense and commercial industry, academia and allied partners to deliver cutting edge technology in support of full and continuous characterization of space, when necessary, prevailing in a multi-domain conflict extending to space. Dedicated acquisition personnel lead the way to enable and deliver next-generation space enterprise solutions through rapid, innovative, and affordable technology leveraging the full spectrum of partnerships. Perpetual and prolific space characterization is a foundational requirement for continued, sustainable use of space. The need is even more urgent in today’s contested and congested space domain where satellites are proliferating, adversaries are demonstrating aggressive behaviors, and additional threats are emerging. These new threats necessitate dominant and resilient combat power that can gain and maintain space superiority. To that end, SSC/SCP is seeking state-of-the-art technology advancements in proliferated low Earth orbit (pLEO) for Space-to-Space Communications by soliciting technology project contracts through this BAA. Purpose To address near-term pLEO technology challenges, the Government, through this solicitation, is seeking advancement in the following two (2) overarching areas: Space-to-space communications and Space Networking FY26 BAA Calls: Call 1.1: Link-182 Space-to-Space Comms System Development and Demonstration, two-phase, white papers due 6 Oct 2025

Deadline: 9/14/2030
Posted: 10/2/2025
SolicitationNAICS: 541715.0

LIFE CYCLE PILOT PROCESS (LCPP) AND RELATED TECHNOLOGIES BAA

This Broad Agency Announcement (BAA), which sets forth technology areas of interest to the U.S. Department of the Army, Joint Program Executive Office Armaments & Ammunition (JPEO A&A), Project Lead Joint Services (PLJS), Picatinny Arsenal, New Jersey, is issued under the paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of proposals. Proposals submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. Proposals and white papers putting forth new and novel ideas are sought to address Industrial Base (IB) technology gaps in line with Government Owned Contractor Operated (GOCO) Modernization Goals through interactive collaborations with industry and academia and the Government expects to advance the development and maturation of areas of technology as applied to JPEO A&A Portfolio. Proposals and white papers shall be evaluated only if they are for scientific study and experimentation directed toward identifying state of the art industry manufacturing processes necessary to maintain overmatch capabilities for our U.S. warfighters. In order to conserve valuable offeror and Government resources, and to facilitate determining whether a proposed effort meets the guidelines described herein, prospective offerors contemplating submission of a white paper or proposal are strongly encouraged to contact the Technical Point of Contact (TPOC). The TPOC name and e-mail address is listed below. If an offeror elects to submit a white paper, it SHALL BE PREPARED in accordance with the instructions contained in PART II of this document. Submission not in accordance with the instruction shall be discarded and not reviewed. Upon receipt of a white paper, it will be evaluated, and the offeror shall be advised of the evaluation results. Offerors whose white papers receive a favorable evaluation may be contacted and encouraged to prepare and submit a complete proposal in accordance with instructions contained in PART III, Section 3 of this document. The costs of white papers and/or complete proposals in response to this BAA are not considered as an allowable direct charge to any award resulting from this BAA, or any other award. It may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors submitting proposals are cautioned that only a Contracting, Agreements, or Grants Officer may obligate the Government to any agreement involving expenditure of Government funds. If the technology so dictates, it is preferred that proposals be submitted to cover up to a 3-year period of performance, and include a brief summary of work contemplated for each 12-month period. This facilitates the negotiation of awards for an entire 3?year program funded on an incremental basis. Administrative inquiries regarding this BAA, Whitepaper/Proposal submission shall be addressed in writing via email to the following Contract Specialist and Contracting Officer ONLY: Email: yili.d.chen.mil@army.mil Address: U.S. Army Contracting Command – New Jersey Email: wilson.w.au.civ@army.mil Address: U.S. Army Contracting Command – New Jersey Whitepaper/Proposal submission NOT addressed in writing via email to the above Contract Specialist and Contracting Officer will not be considered. Technical questions should be referred to the Technical Point of Contact (TPOC), Ryan Bridge, ryan.p.bridge2.civ@army.mil This BAA is available on https://sam.gov/ This BAA is a continuously open announcement valid throughout the period from the date of issuance through the expiration date stated on the cover page of this BAA unless announced otherwise. Proposals and white papers may be submitted within the specified solicitation cycle as indicated in this BAA. Proposals and white papers submitted prior to this BAA expiration date that are for scientific study and experimentation directed toward identifying state of the art industry standard manufacturing processes necessary to maintain overmatch capabilities for our U.S. warfighters will be accepted for evaluation. Amendment(s), if any, to this BAA shall be posted to the SAM.gov web site (https://sam.gov/) and published at the above websites when they occur. Interested parties are encouraged to periodically check the website for updates and amendment(s).

Deadline: 9/25/2030
Posted: 9/26/2025
RFI

AFRL Rocket Lab ARA

AFRL Rocket Lab ARA is a two-step open ARA 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 ARA is currently no more than $500M. This ARA allows consideration of white papers as well as calls issued by the Government when specific requirements are identified.

Deadline: 9/29/2030
Posted: 9/29/2025
SolicitationNAICS: 541715.0

Applications for Cyber Warfare: Genesis

NAICS CODE: 541715 FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 ARA ANNOUNCEMENT TYPE: Initial announcement ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE: Applications for Cyber Warfare: Genesis ARA NUMBER: FA8750-25-S-7006 PART I – OVERVIEW INFORMATION This announcement is for an Open, two step ARA which is open and effective until 6:00PM EST on 30 SEP 2030. Only white papers will be accepted as initial submissions; formal proposals will be accepted by invitation only. While white papers will be considered if received prior to 6:00pm Eastern Standard Time (EST) on 30 SEP 2030, the following submission dates are suggested to best align with projected funding: FY26 by 30 Dec 2025 FY27 by 30 Sep 2026 FY28 by 30 Sep 2027 FY29 by 30 Sep 2028 FY30 by 30 Sep 2029 Offerors should monitor the Contract Opportunities on the SAM website at https://SAM.gov in the event this announcement is amended. CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT: Seeking to develop cyber operations prototypes for transition into operational DoD platforms to facilitate superiority in the Cyber Domain. ARA ESTIMATED FUNDING: Total funding for this ARA is approximately $999M. Individual awards will not normally exceed sixty (60) months with dollar amounts normally ranging from $10M to $50M. There is also the potential to make awards up to $99.99M. ANTICIPATED INDIVIDUAL AWARDS: Multiple Awards are anticipated. However, the Air Force reserves the right to award zero, one, or more Procurement Contracts/Other Transactions, for all, some, or none of the solicited effort based on the offeror’s ability to perform desired work and funding fluctuations. There is no limit on the number of OTs that may be awarded to an individual offeror. TYPE OF INSTRUMENTS THAT MAY BE AWARDED: FAR based procurement contracts or other transactions (OT) under 10 USC 4021, 10 USC 4022 and 10 USC 4023 (previously 10 USC 4002, 2371, 10 USC 4003, 2371b and 4004, 2373) In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive ARA, and the prototype project is successfully completed, there is the potential for a prototype project to transition to award of a follow-on production contract or transaction. The Other Transaction for Prototype agreement itself will also contain a similar notice of a potential follow-on production contract or agreement. AGENCY CONTACT INFORMATION: All white paper submissions and any questions of a technical nature shall be directed to the cognizant Technical Point of Contact (TPOC) as specified below (unless otherwise specified in the technical area): ARA PROGRAM MANAGER: Thomas Parisi AFRL/RIGA 525 Brooks Rd Rome, NY 13441-4505 Telephone: (315) 330-2282 Email: afrl.ri.firehawk@us.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred): Amber Buckley Telephone (315) 330-3605 Email: Amber.Buckley@us.af.mil Emails must reference the solicitation ARA number and title of the acquisition. Pre-Proposal Communication between Prospective Offerors and Government Representatives: Dialogue between prospective offerors and Government representatives is encouraged. Technical and contracting questions can be resolved in writing or through open discussions. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. Offerors are cautioned that evaluation ratings may be lowered and/or proposal rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not followed. SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS. AMENDMENT 1 TO ARA FA8750-25-S-7006 The purpose of this modification is to update the ARA email address throughout: Part I Overview Information, and Part II, Section VII Agency Contacts are updated as follows: ARA PROGRAM MANAGER: Thomas Parisi AFRL/RIGA 525 Brooks Rd Rome, NY 13441-4505 Telephone: (315) 330-2282 Email: AFRL.RI.HELLFIRE@us.af.mil No other changes are made. SEE ATTACHMENT FOR DETAILS.

Deadline: 9/29/2030
Posted: 11/17/2025
PresolicitationNAICS: 541715.0
Page 36 of 36