Federal Contract Opportunities

Showing 2,051-2,100 of 2,345 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: 12/3/2028
Posted: 12/4/2023
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: 12/5/2028
Posted: 12/6/2023
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: 12/5/2028
Posted: 12/6/2023
Combined Synopsis/SolicitationNAICS: 541990.0

Fuel Dispenser Maintenance

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 fuel dispenser maintenance under North American Industry Classification System Code (NAICS) 811310: Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard for this industry is $12.5 million in average annual revenue. Services would include but are not limited to the following: The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary in repairing, replacing, testing and reprogramming of fuel dispensing systems, and all associated equipment in facilities. All equipment shall be tested and certified after installation to ensure proper working order. The reprogramming and verification testing shall be in federal and local codes, standards, and regulations requirements as applicable. All work shall be completed in accordance with NY state regulation NYCRR Part 613 and Federal regulation 40 CFR 280. The Contractor must be able to accept the Government Purchase Card (GPC). Calls over the $10,000 limit will 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. BPA's 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 811310. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to samuel.l.pendleton.mil.army.mil. and Jeff Frans at jeffery.l.frans.civ@army.mil. Any correspondence relating to this synopsis should have "fuel dispenser maintenance Master BPA" annotated in the subject field. If you are interested in entering into a new Master BPA with MICC Fort Drum, please reply to this email with your UEID and CAGE Code. Contractors that respond on or before 15 February 2024 will receive a Master BPA. Contractors that respond on or after 15 February 2024 will be added to our Interested Vendor list. Interested Vendors will be contacted to provide quotes when work is needed. If an Interested Vendor is selected for award, a Master BPA will be completed at that time. The period of performance for the MBPA will be 02 June 2024 to 01 June 2029.

Deadline: 12/6/2028
Posted: 2/7/2024
PresolicitationNAICS: 811310.0

Fuel Dispenser Maintenance

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 fuel dispenser maintenance under North American Industry Classification System Code (NAICS) 811310: Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard for this industry is $12.5 million in average annual revenue. Services would include but are not limited to the following: The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary in repairing, replacing, testing and reprogramming of fuel dispensing systems, and all associated equipment in facilities. All equipment shall be tested and certified after installation to ensure proper working order. The reprogramming and verification testing shall be in federal and local codes, standards, and regulations requirements as applicable. All work shall be completed in accordance with NY state regulation NYCRR Part 613 and Federal regulation 40 CFR 280. The Contractor must be able to accept the Government Purchase Card (GPC). Calls over the $10,000 limit will 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. BPA's 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 811310. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to samuel.l.pendleton.mil.army.mil. and Jeff Frans at jeffery.l.frans.civ@army.mil. Any correspondence relating to this synopsis should have "fuel dispenser maintenance Master BPA" annotated in the subject field. If you are interested in entering into a new Master BPA with MICC Fort Drum, please reply to this email with your UEID and CAGE Code. Contractors that respond on or before 15 February 2024 will receive a Master BPA. Contractors that respond on or after 15 February 2024 will be added to our Interested Vendor list. Interested Vendors will be contacted to provide quotes when work is needed. If an Interested Vendor is selected for award, a Master BPA will be completed at that time. The period of performance for the MBPA will be 02 June 2024 to 01 June 2029.

Deadline: 12/6/2028
Posted: 2/7/2024
PresolicitationNAICS: 811310.0

Fuel Dispenser Maintenance

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 fuel dispenser maintenance under North American Industry Classification System Code (NAICS) 811310: Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard for this industry is $12.5 million in average annual revenue. Services would include but are not limited to the following: The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary in repairing, replacing, testing and reprogramming of fuel dispensing systems, and all associated equipment in facilities. All equipment shall be tested and certified after installation to ensure proper working order. The reprogramming and verification testing shall be in federal and local codes, standards, and regulations requirements as applicable. All work shall be completed in accordance with NY state regulation NYCRR Part 613 and Federal regulation 40 CFR 280. The Contractor must be able to accept the Government Purchase Card (GPC). Calls over the $10,000 limit will 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. BPA's 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 811310. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to samuel.l.pendleton.mil.army.mil. and Jeff Frans at jeffery.l.frans.civ@army.mil. Any correspondence relating to this synopsis should have "fuel dispenser maintenance Master BPA" annotated in the subject field. If you are interested in entering into a new Master BPA with MICC Fort Drum, please reply to this email with your UEID and CAGE Code. Contractors that respond on or before 05 January 2024 will receive a Master BPA. Contractors that respond on or after 05 January 2024 will be added to our Interested Vendor list. Interested Vendors will be contacted to provide quotes when work is needed. If an Interested Vendor is selected for award, a Master BPA will be completed at that time. The period of performance for the MBPA will be 02 June 2024 to 01 June 2029.

Deadline: 12/6/2028
Posted: 2/7/2024
PresolicitationNAICS: 811310.0

Fuel Dispenser Maintenance

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 fuel dispenser maintenance under North American Industry Classification System Code (NAICS) 811310: Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard for this industry is $12.5 million in average annual revenue. Services would include but are not limited to the following: The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary in repairing, replacing, testing and reprogramming of fuel dispensing systems, and all associated equipment in facilities. All equipment shall be tested and certified after installation to ensure proper working order. The reprogramming and verification testing shall be in federal and local codes, standards, and regulations requirements as applicable. All work shall be completed in accordance with NY state regulation NYCRR Part 613 and Federal regulation 40 CFR 280. The Contractor must be able to accept the Government Purchase Card (GPC). Calls over the $10,000 limit will 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. 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 811310. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to samuel.l.pendleton.mil.army.mil. and Jeff Frans at jeffery.l.frans.civ@army.mil. Any correspondence relating to this synopsis should have "fuel dispenser maintenance Master BPA" annotated in the subject field. If you are interested in entering into a new Master BPA with MICC Fort Drum, please reply to this email with your UEID and CAGE Code. Contractors that respond on or before 05 January 2024 will receive a Master BPA. Contractors that respond on or after 05 January 2024 will be added to our Interested Vendor list. Interested Vendors will be contacted to provide quotes when work is needed. If an Interested Vendor is selected for award, a Master BPA will be completed at that time. The period of perforance for the MBPA will be 02 June 2024 to 01 June 2029.

Deadline: 12/6/2028
Posted: 1/17/2024
PresolicitationNAICS: 811310.0

ISO Container Repair- 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 ISO Container Repair under North American Industry Classification System Code (NAICS) 811310: Commercial and Industrial Machinery and Equipment Repair and Maintenance. The small business size standard for this industry is $12.5 million in average annual revenue. The active date for this Master BPA will be April 30, 2024- April 29, 2029. Services would include but is not limited to the following: The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment necessary in repairing ISO Containers in accordance with MIL-STD-3037 and all associated materials on Fort Drum, NY. Calls may be sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) for calls up to $25,000. All Calls over $25,000 will be paid through Wide Area Workflow (WAWF). 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 811310. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID, CAGE Code and capabilities statements to kayla.m.rogers14.civ@army.mil and jeffery.l.frans.civ@army.mil. Any correspondence relating to this synopsis should have "ISO Container Repair BPA" annotated in the subject field.

Deadline: 12/10/2028
Posted: 12/27/2023
PresolicitationNAICS: 811310.0

Q999--621 I – R4 Professional & Allied Healthcare Staffing Service Solicitation RFP-797-FSS-00-0115-R4 Including Amenments 0001-0005

This amendment incorporates revisions to clause 552.238-80 Industrial Funding Fee and Sales Reporting (July 2020, Tailored December 2023).

Deadline: 12/11/2028
Posted: 12/12/2023
Combined Synopsis/SolicitationNAICS: 561320.0

Building Technologies Research and Integration Center: Technology Collaborations for US Building Technologies Industries

Building Technologies Research and Integration Center Technology Collaborations for US Building Technologies Industries Oak Ridge National Laboratory (ORNL) is seeking industry partners to participate in short-term, collaborative projects within the Building Technologies Research and Integration Center (BTRIC) to accelerate development of new energy efficient building technologies. This opportunity will provide selected participants access to ORNL's experienced staff and unique equipment and capabilities to demonstrate advanced concepts with intent to develop and deploy innovative and energy efficient building technologies. Description UT-Battelle, LLC, acting under its Prime Contract No. DE-AC05-00OR22725 with the U.S. Department of Energy (DOE) for the management and operation of the Oak Ridge National Laboratory, conducts research and development in support of the DOE Building Technologies Office (BTO). The DOE Building Technologies Office partners with industry, small business, universities, and other stakeholders to identify and invest in innovative technologies with the potential to improve the energy productivity of buildings without sacrificing occupant comfort or product performance, as well to enhance the global competitiveness of the United States. ORNL is requesting cost-shared proposals from industry to assess applicability of technologies that can reduce the energy intensity of U.S. buildings by 35% by 2035, and 50% by 2050 relative to 2005. The mission of the Building Technologies Office is to develop and accelerate the adoption of cost-effective technologies, techniques, tools, and services that enable high-performing, energy-efficient, and demand-flexible residential and commercial buildings in both new and existing building markets. As part of the technology collaborations conducted under this announcement, the proposer will describe the potential energy savings and novel non-energy impacts that may be realized by the targeted project. Technology areas of interest HVAC, water heating, and appliances Windows and building envelope Solid-state lighting Building energy modeling Sensors and controls Advanced building construction Thermal energy storage Grid-interactive efficient buildings (GEB) Residential building integration Commercial building integration Projects will be conducted during a short-time period. At least 20% cost share, which can be funds-in to ORNL or in-kind contributions (e.g., facilities, services, and staff time), is required on the part of the industrial participant. Participant cost-share cannot be met using funds from U.S. Government sources. Funds will not be provided to the industrial participant by ORNL. The intent is to increase the in-kind cost share from 20% to 50% in the future, that timing to be determined and approved by BTO. Note: THIS IS NOT A PROCUREMENT REQUEST. Eligibility Eligibility is limited to industries that currently manufacture in the U.S. for commercial applications in the residential or commercial building technologies market, or to industries that will be able to do so as a direct result of these collaborative efforts. There is no restriction based on the particular building technology area, but should align with facilities, expertise, and capabilities of BTRIC. Background DOE's Building Technologies Research and Integration Center (BTRIC) at ORNL offers distinctive world-leading capabilities in building technologies, characterization facilities as well as leveraging advanced manufacturing capabilities at ORNL’s Manufacturing Demonstration Facility (MDF). The BTRIC provides a collaborative, shared infrastructure to help industry adopt innovative, energy efficient technologies that improve the energy productivity of buildings without sacrificing occupant comfort or product performance. ORNL’s expertise in building technologies, materials, and advanced manufacturing will assist the building industries in accelerating the developing of existing and new innovative technologies. More information about the ORNL BTRIC can be found at: https://www.ornl.gov/facility/btric From concept to commercialization, ORNL's world-leading facilities and expertise enable research focused on reducing the energy intensity of U.S. industry, supporting development of new products, and strengthening our nation's clean energy economy to meet the commercial and national security needs of tomorrow. Objective The objective of these BTRIC Technical Collaborations is to collaborate with industry to investigate, improve, develop, and deploy innovative energy efficient building technologies. In so doing, creating and preserving domestic jobs is a goal of this solicitation. The primary focus of this announcement is to target projects that will impact the following technical areas: HVAC, water heating, and appliances Windows and building envelope Solid-state lighting Building energy modeling Sensors and controls Advanced building construction Thermal energy storage Grid-interactive efficient buildings (GEB) Residential building integration Commercial building integration Laboratory Support It is anticipated that industrial partners will work collaboratively with members of the BTRIC staff to conduct project activities across the various areas of expertise within the BTRIC. Intellectual Property and Proprietary Data Projects will be performed with a Cooperative Research and Development Agreement (CRADA) or User Agreement as the contract instrument. See the announcement package for a sample CRADA agreement. DOE and ORNL respect the importance of industry's intellectual property and data security while balancing the need to document the benefits of public expenditures. Provisions relating to proprietary information and intellectual property are set forth in the CRADA. A Non-Disclosure agreement (NDA), if required, can be put into place during development of the project to facilitate discussions while protecting the partner's proprietary information. It is preferred that proprietary information NOT be included in the proposal. If company proprietary information is included in the proposal, the specific information should be marked as such, and UT- Battelle/ORNL will treat that information as business confidential. Proposal Guidelines Proposals should be completed using the attached template in the announcement package. Proposers are encouraged to consult with ORNL technical staff to develop a work scope that is technically feasible and compatible with ORNL facilities and capabilities. Proposal Deadline and Submission This announcement will remain open subject to availability of funding from the DOE Building Technologies Office. Completed proposals must be submitted in PDF file format by email to BTRICcollaboration@ornl.gov. The subject line should include: ORNL BTRIC Technology Collaborations. Receipt of proposals will be confirmed within one week of submission. Proposal Evaluation and Timeline This is an open announcement. Selection of winning proposals will be at the discretion of the DOE BTO. Proposal evaluation criteria will include compatibility with ORNL facilities and capabilities, technical feasibility and merit, the potential to commercialize new products and create US jobs, and the potential for buildings energy savings. BTO and the BTRIC reserve the right to select all, a portion, or none of the submissions. Point of Contact All questions relating to this announcement should be directed to Melissa Lapsa by email, lapsamv@ornl.gov, or by phone, (865) 576-8620. Cooperative Research and Development Agreement (CRADA) Information Awardees are required to enter into a short-form CRADA or User Agreement with UT-Battelle. Because of the need for accelerated placement and execution of the projects, the most favorable terms allowable within DOE guidelines have been established and will not be subject to negotiation. Failure to enter into a CRADA in a timely manner will result in termination of further project consideration. CRADAs have provisions that address the protection of the partners' existing proprietary information and intellectual property, as well as the information and intellectual property generated and made during the collaboration. More specifically, each party owns its own inventions while jointly developed inventions will be jointly owned. In all cases, U.S. Government will retain government use rights. CRADA durations are expected to be at least one year. For more specific terms and conditions, please review the model short-form CRADA and User Agreement template attached to this announcement.

Deadline: 12/13/2028
Posted: 12/13/2023
Special NoticeNAICS: 541715.0

Space Environment Technologies and Science (SETS) Broad Agency Announcement (BAA)

SPACE ENVIRONMENT TECHNOLOGIES AND SCIENCE (SETS) BROAD AGENCY ANNOUNCEMENT (BAA) FULL TEXT ANNOUNCEMENT 18 December 2023 NAICS: 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) FEDERAL AGENCY: Air Force Research Laboratory, Geospace Environment Impacts and Applications Branch, 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117. BROAD AGENCY ANNOUNCEMENT TITLE: Space Environment Technologies and Science (SETS) Program BROAD AGENCY ANNOUNCEMENT TYPE: Closed BAA with Calls, One-Step or Two-Step PROPOSAL DUE DATE AND TIME: This BAA will remain for a period of 8 years from the date of publication. NO PROPOSALS OR WHITE PAPERS SHOULD BE SUBMITTED AGAINST THIS BASELINE BAA. Proposal or white paper due dates and times will be specified in each Call. Proposals or white papers received after the due date and time specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3). It should be noted that Air Force observes strict emailing security procedures. These email security procedures are NOT considered an interruption of normal Government processes, and proposals or white papers received after the above stated date and time because of security delays will be considered “late”. GENERAL INFORMATION: PROGRAM DESCRIPTION: Statement of Objectives: The Air Force Research Laboratory (AFRL) Space Vehicles Directorate (RV) Geospace Technologies Division (RVB) Geospace Environment Impacts and Applications Program is seeking sources capable of supporting the program’s research in space and environmental impacts technologies. Additionally, the program is interested in understanding and quantifying the impact of the space environment on Department of Defense and national security systems and in achieving a capability to specify, predict, mitigate, and exploit the effects of the space environment that can disrupt or degrade operational systems. Topics of particular interest include advanced environmental observing systems and specification and prediction models of solar activity, ionospheric conditions, magnetospheric activity, thermosphere, satellite drag and the reentry environment, cislunar environment, effects on communication, command, and control systems; effects on positioning, navigation, and timing (PNT) systems; effects on radar systems, and effects on spacecraft. Sources that enable future operational systems to meet performance, reliability, maintainability, supportability, and affordability goals, or which enhance performance or significantly reduce cost, schedule, or risk of existing technologies, are of particular interest. The Space Environment Technologies and Science (SETS) Program encompasses 5 technical areas which may be used in any combination per Call. These technical areas are as follows: Topic Areas: Solar, Solar Wind, and Ionospheric Effects The focus is to improve specification and prediction models of ionospheric conditions and phenomena that impact radio frequency signals such as for communications, PNT, and radar systems. Develop and couple advanced solar models with other space environment models such as ionospheric models to improve prediction capabilities. Develop novel approaches to and improve space- and ground-based solar, heliospheric, ionospheric, and magnetospheric instrumentation/data necessary to drive the models. Determine detailed association between environmental conditions and specific impacts on space systems and services. Characterize occurrences of specific environmental effects on space systems and services. Model the dynamics of the equatorial, subauroral, auroral, and polar ionosphere including small scale and irregular structure. Research and development of active experiment techniques, devices, delivery systems, diagnostics, models, and systems impacts. Thermosphere, Satellite Drag and the Reentry Environment The focus is to develop empirical and physics-based models, sensors, and data products to accurately specify and forecast the neutral atmosphere and satellite drag to identify space objects that orbit the Earth, to provide precision orbit determination and prediction, including reentry predictions, to assess the likelihood of collisions. Plasma Physics and Chemistry The focus is to investigate a variety of plasma states, from collisional to magnetized, as well as a variety of compositions, including typical atmospheric species as well as exotic neutral and ionized species and their reactions. Investigate plasma chemistry as related to the fundamentals of catalysis and energetic materials. Particle Effects and Radiation Belt Environment The focus is to specify and predict effects of charged particles on space operations. Improve models of the fluxes of radiation belt and plasma particles in space for use in space system design, mission planning, and other applications of climatological specification. Improve models and analysis of spacecraft charging. Conduct laboratory work in materials and interactions with the environment. Analyze space effects experiment results such as those from the DSX mission. Multi-phenomenology monitoring to provide asymmetric force advantage in sensing, assessment, and attribution of threats and hazards. Develop novel technologies to protect low Earth orbiting (LEO) satellites from the effects of high-altitude nuclear explosions (HANE). Investigate radio waves, specifically very low frequency, propagation in the radiation belt environment. Advance understanding of the interplay between waves and particles that underlie radiation belt dynamics, enabling better specification, forecasting, and mitigation. Cislunar Environment The focus is to develop models, sensors, and data products to accurately specify and forecast the Cislunar plasma and radiation environment in order to support the design and operation of vehicles in the cislunar environment depending upon orbit. Investigate environmental phenomenology of the Near-lunar environment including the radiation and plasma environment in the lunar wake as well as dust fountaining. Deliverable Items: Hardware, software, or data will be identified at the Call level. The following data deliverables are representative of the types of data that may be required: Final Scientific and Technical Reports Hardware created Software Created Significant End Items Monthly or Quarterly Status/Financial Reports Monthly or Quarterly Technical Reports Computer Program Documentation/Software User Manuals Computer Program/Software source code Presentation Materials Patent Reports Prototypes. Data deliverables are subject to negotiations on each individual award. Schedule: The period of performance will be stated in the Call. Organizational Conflict of Interest (OCI): Organizational Conflict of Interest, if applicable, will be determined and addressed at the Call level. System for Award Management (SAM): Unless an exemption in FAR 4.1102 applies, all offerors must: Be registered in the System for Award Management (SAM) prior to submitting a white paper or proposal Maintain an active SAM registration with current information at all times during the active award Provide its Unique Entity Identification number in each application or proposal it submits to the agency On-line registration instructions can be accessed from the SAM home page at www.sam.gov. Potential offerors that are notified to be eligible for an award must submit annual Electronic Representations and Certifications via the System for Award Management (SAM) website. These FAR and DFARS level representations and certifications are required in addition to the representations and certifications included in each Call. Before submitting the Electronic Representations and Certifications, contractors must be registered in the Systems for Award Management (SAM) Database. PLEASE REFER TO ATTACHMENT 1, FOR ADDITIONAL INFORMATION IN THE FULL TEXT ANNOUNCEMENT.

Deadline: 12/18/2028
Posted: 9/17/2025
SolicitationNAICS: 541715.0

Space Environment Technologies and Science (SETS) Broad Agency Announcement (BAA)

SPACE ENVIRONMENT TECHNOLOGIES AND SCIENCE (SETS) BROAD AGENCY ANNOUNCEMENT (BAA) FULL TEXT ANNOUNCEMENT 18 December 2023 NAICS: 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) FEDERAL AGENCY: Air Force Research Laboratory, Geospace Environment Impacts and Applications Branch, 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117. BROAD AGENCY ANNOUNCEMENT TITLE: Space Environment Technologies and Science (SETS) Program BROAD AGENCY ANNOUNCEMENT TYPE: Closed BAA with Calls, One-Step or Two-Step PROPOSAL DUE DATE AND TIME: This BAA will remain for a period of 8 years from the date of publication. NO PROPOSALS OR WHITE PAPERS SHOULD BE SUBMITTED AGAINST THIS BASELINE BAA. Proposal or white paper due dates and times will be specified in each Call. Proposals or white papers received after the due date and time specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3). It should be noted that Air Force observes strict emailing security procedures. These email security procedures are NOT considered an interruption of normal Government processes, and proposals or white papers received after the above stated date and time because of security delays will be considered “late”. GENERAL INFORMATION: PROGRAM DESCRIPTION: Statement of Objectives: The Air Force Research Laboratory (AFRL) Space Vehicles Directorate (RV) Geospace Technologies Division (RVB) Geospace Environment Impacts and Applications Program is seeking sources capable of supporting the program’s research in space and environmental impacts technologies. Additionally, the program is interested in understanding and quantifying the impact of the space environment on Department of Defense and national security systems and in achieving a capability to specify, predict, mitigate, and exploit the effects of the space environment that can disrupt or degrade operational systems. Topics of particular interest include advanced environmental observing systems and specification and prediction models of solar activity, ionospheric conditions, magnetospheric activity, thermosphere, satellite drag and the reentry environment, cislunar environment, effects on communication, command, and control systems; effects on positioning, navigation, and timing (PNT) systems; effects on radar systems, and effects on spacecraft. Sources that enable future operational systems to meet performance, reliability, maintainability, supportability, and affordability goals, or which enhance performance or significantly reduce cost, schedule, or risk of existing technologies, are of particular interest. The Space Environment Technologies and Science (SETS) Program encompasses 5 technical areas which may be used in any combination per Call. These technical areas are as follows: Topic Areas: Solar, Solar Wind, and Ionospheric Effects The focus is to improve specification and prediction models of ionospheric conditions and phenomena that impact radio frequency signals such as for communications, PNT, and radar systems. Develop and couple advanced solar models with other space environment models such as ionospheric models to improve prediction capabilities. Develop novel approaches to and improve space- and ground-based solar, heliospheric, ionospheric, and magnetospheric instrumentation/data necessary to drive the models. Determine detailed association between environmental conditions and specific impacts on space systems and services. Characterize occurrences of specific environmental effects on space systems and services. Model the dynamics of the equatorial, subauroral, auroral, and polar ionosphere including small scale and irregular structure. Research and development of active experiment techniques, devices, delivery systems, diagnostics, models, and systems impacts. Thermosphere, Satellite Drag and the Reentry Environment The focus is to develop empirical and physics-based models, sensors, and data products to accurately specify and forecast the neutral atmosphere and satellite drag to identify space objects that orbit the Earth, to provide precision orbit determination and prediction, including reentry predictions, to assess the likelihood of collisions. Plasma Physics and Chemistry The focus is to investigate a variety of plasma states, from collisional to magnetized, as well as a variety of compositions, including typical atmospheric species as well as exotic neutral and ionized species and their reactions. Investigate plasma chemistry as related to the fundamentals of catalysis and energetic materials. Particle Effects and Radiation Belt Environment The focus is to specify and predict effects of charged particles on space operations. Improve models of the fluxes of radiation belt and plasma particles in space for use in space system design, mission planning, and other applications of climatological specification. Improve models and analysis of spacecraft charging. Conduct laboratory work in materials and interactions with the environment. Analyze space effects experiment results such as those from the DSX mission. Multi-phenomenology monitoring to provide asymmetric force advantage in sensing, assessment, and attribution of threats and hazards. Develop novel technologies to protect low Earth orbiting (LEO) satellites from the effects of high-altitude nuclear explosions (HANE). Investigate radio waves, specifically very low frequency, propagation in the radiation belt environment. Advance understanding of the interplay between waves and particles that underlie radiation belt dynamics, enabling better specification, forecasting, and mitigation. Cislunar Environment The focus is to develop models, sensors, and data products to accurately specify and forecast the Cislunar plasma and radiation environment in order to support the design and operation of vehicles in the cislunar environment depending upon orbit. Investigate environmental phenomenology of the Near-lunar environment including the radiation and plasma environment in the lunar wake as well as dust fountaining. Deliverable Items: Hardware, software, or data will be identified at the Call level. The following data deliverables are representative of the types of data that may be required: Final Scientific and Technical Reports Hardware created Software Created Significant End Items Monthly or Quarterly Status/Financial Reports Monthly or Quarterly Technical Reports Computer Program Documentation/Software User Manuals Computer Program/Software source code Presentation Materials Patent Reports Prototypes. Data deliverables are subject to negotiations on each individual award. Schedule: The period of performance will be stated in the Call. Organizational Conflict of Interest (OCI): Organizational Conflict of Interest, if applicable, will be determined and addressed at the Call level. System for Award Management (SAM): Unless an exemption in FAR 4.1102 applies, all offerors must: Be registered in the System for Award Management (SAM) prior to submitting a white paper or proposal Maintain an active SAM registration with current information at all times during the active award Provide its Unique Entity Identification number in each application or proposal it submits to the agency On-line registration instructions can be accessed from the SAM home page at www.sam.gov. Potential offerors that are notified to be eligible for an award must submit annual Electronic Representations and Certifications via the System for Award Management (SAM) website. These FAR and DFARS level representations and certifications are required in addition to the representations and certifications included in each Call. Before submitting the Electronic Representations and Certifications, contractors must be registered in the Systems for Award Management (SAM) Database. PLEASE REFER TO ATTACHMENT 1, FOR ADDITIONAL INFORMATION IN THE FULL TEXT ANNOUNCEMENT.

Deadline: 12/18/2028
Posted: 12/18/2023
SolicitationNAICS: 541715.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_CSO - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_CSO - ATTACHED

Deadline: 12/26/2028
Posted: 12/27/2024
SolicitationNAICS: 541715.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_BAA - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_BAA - ATTACHED

Deadline: 12/26/2028
Posted: 12/27/2024
SolicitationNAICS: 54171.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_BAA - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_BAA - ATTACHED

Deadline: 12/26/2028
Posted: 12/18/2024
SolicitationNAICS: 54171.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_CSO - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_CSO - ATTACHED

Deadline: 12/26/2028
Posted: 12/18/2024
SolicitationNAICS: 541715.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_BAA - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_BAA - ATTACHED

Deadline: 12/26/2028
Posted: 4/26/2024
SolicitationNAICS: 54171.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_CSO - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_CSO - ATTACHED

Deadline: 12/26/2028
Posted: 4/26/2024
SolicitationNAICS: 541715.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_CSO - ATTACHED

Deadline: 12/26/2028
Posted: 4/23/2024
SolicitationNAICS: 541715.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_BAA - IS ATTACHED

Deadline: 12/26/2028
Posted: 4/23/2024
SolicitationNAICS: 54171.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002

Deadline: 12/26/2028
Posted: 1/25/2024
SolicitationNAICS: 541715.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001

Deadline: 12/26/2028
Posted: 1/25/2024
SolicitationNAICS: 54171.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002

Deadline: 12/26/2028
Posted: 12/26/2023
SolicitationNAICS: 541715.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001

Deadline: 12/26/2028
Posted: 12/26/2023
SolicitationNAICS: 54171.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_BAA - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_BAA - ATTACHED

Deadline: 12/26/2028
Posted: 9/2/2025
SolicitationNAICS: 54171.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_CSO - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_CSO - ATTACHED

Deadline: 12/26/2028
Posted: 9/2/2025
SolicitationNAICS: 541715.0

2025 Main Bus Program

January 22, 2024 Update Please review the following information regarding obtaining a GSA GACA account to access and listen to the conference's recording, if interested. https://insite.gsa.gov/employee-resources/information-technology/it-security-and-privacy/it-security/sharing-securely/gsa-affiliated-customer-account-gaca?term=gaca&check_logged_in=1 *********************************************************************************** January 18, 2024 Update This update to the Pre-Solicitation notice provides the Powerpoint Slidedeck of today's conference along with Questions and Answers from the conference. The conference was recorded, and those who would like access to the recording need to reach out to the Contracting Officer to request a GSA GACA account so that access can be provided to listen to this recording. *********************************************************************************** The General Services Administration's (GSA) Automotive Acquisition Support Center invites firms interested in submitting offers under the Government's upcoming solicitation for 2025 Buses to participate in the 2025 Federal Vehicles Standards process beginning January 11, 2024. This process, conducted via GSA's Engineering Division, assists GSA's Vehicle Buying program to develop the Government's technical requirements for motor vehicles. Vehicle types being sought by the Government for this program include, but are not limited to: - Adult Work Buses - School Buses - Shuttles - Inter-City Commuter Coaches - Over the Road Touring Coaches Vehicle types, by Special Item Number (SIN) under Solicitation Number 47QMCA24R0006, being sought by the Government include: 202C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS, BASIC 220A - 28 PAX ADULT, TYPE C, WORK BUS, BASIC 220C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 221A - 36 PAX ADULT, TYPE C, WORK BUS, BASIC 221C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 222A - 40 PAX ADULT, TYPE C, WORK BUS, BASIC 222C - 66 PAX CHILDREN TYPE C, SCHOOL BUS, BASIC 230A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS, BASIC 236A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 236C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 238A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 238C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 301C - 14 PAX CHILDREN, TYPE A, SCHOOL BUS 302C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS 304C - 30 PAX CHILDREN, TYPE A, SCHOOL BUS 320A - 28 PAX ADULT, TYPE C, WORK BUS 320C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS 321A - 36 PAX ADULT, TYPE C, WORK BUS 321C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS 322A - 40 PAX ADULT, TYPE C, WORK BUS 322C - 66 PAX CHILDREN, TYPE C, SCHOOL BUS 330A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS 336A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 336C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 338A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 338C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 240L - 10 PAX ADULT, LOW-FLOOR, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS 241 - 12 PAX ADULT , 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 241N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT DUTY SHUTTLE BUS, BASIC 243 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 246 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 247 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS, BASIC 341 - 12 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 341N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342L - 16 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 342N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343L - 20 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 346 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 346L - 24 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 347 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 347L - 28 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 259W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260 - 32 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 263 - 36 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS, BASIC 263W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 359W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 360 - 32 PAX ADULT, 94 TO 99-INCH, MEDIUM-DUTY, SHUTTLE BUS 360L - 32 PAX ADULT, LOW-FLOOR, MEDIUM-DUTY, SHUTTLE BUS 360W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 363 - 36 PAX ADULT PASSENGER, MEDIUM-DUTY, SHUTTLE BUS 363W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 396 - 49 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 397 - 57 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 398 - 56 PAX ADULT, OVER-THE-ROAD, TOURING COACH The General Services Administration is the mandatory source for vehicles purchased in the United States under the Federal Property Management Regulation (FPMR) 101-26.501. GSA's Vehicle Purchasing Division purchases an estimated 50,000 new model year non-tactical vehicles for Federal Executive Agencies and the Department of Defense annually. All GSA vehicle purchases are governed by program specific Federal Vehicle Standards, which are assimilated by GSA Engineering personnel prior to solicitation publication. The technical review process engages interested parties to provide technical data for vehicles to be potentially offered to the Government in response to the forthcoming solicitation and to assist in the development of the Federal Vehicles Standards for the current model year on the 2025 Main Bus Program. Please note, GSA is NOT requesting pricing at this time. GSA is currently only in the requirements development phase of the acquisition. Interested parties, which have not already done so, should complete the following steps in order to participate: Send a list of makes/models they intend to submit for consideration to Dillon Akyuz, GSA Vehicle Engineer, at doruk.akyuz@gsa.gov by January 18, 2024. Please see the attached "Current Active Models" as a starting point and identify any deletions or additions with your firm's submission. These model lists are necessary for GSA to establish them in our database so they will be available for technical data population. GSA will hold a combined virtual Pre-Solicitation Conference and Industry Day on Thursday, January 18, 2024, from 11:00am-12:00pm EST to review these instructions as well as a discussion of changes from the current 2020 Main Bus Program. All interested parties should plan on attending. The meeting info is as follows: Meeting ID meet.google.com/jpj-jpva-eud Phone Numbers (?US)?+1 401-646-2406 PIN: ?361 241 080# For a better understanding of the potential solicitation requirements, please review the 2020 Main Bus Program Solicitation attached herewith. GSA anticipates many similar proposal requirements and terms and conditions, though full draft RFP terms will be released in the Spring of 2024 under a separate notice. GSA looks forward to your firm's participation in the 2025 Federal Standards for Buses. For additional information please contact GSA's Vehicle Purchasing Division at 844-472-1200 or by email at vehiclebuying@gsa.gov.

Deadline: 12/31/2028
Posted: 1/22/2024
RFINAICS: 336211.0

2025 Main Bus Program

January 18, 2024 Update This update to the Pre-Solicitation notice provides the Powerpoint Slidedeck of today's conference along with Questions and Answers from the conference. The conference was recorded, and those who would like access to the recording need to reach out to the Contracting Officer to request a GSA GACA account so that access can be provided to listen to this recording. *********************************************************************************** The General Services Administration's (GSA) Automotive Acquisition Support Center invites firms interested in submitting offers under the Government's upcoming solicitation for 2025 Buses to participate in the 2025 Federal Vehicles Standards process beginning January 11, 2024. This process, conducted via GSA's Engineering Division, assists GSA's Vehicle Buying program to develop the Government's technical requirements for motor vehicles. Vehicle types being sought by the Government for this program include, but are not limited to: - Adult Work Buses - School Buses - Shuttles - Inter-City Commuter Coaches - Over the Road Touring Coaches Vehicle types, by Special Item Number (SIN) under Solicitation Number 47QMCA24R0006, being sought by the Government include: 202C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS, BASIC 220A - 28 PAX ADULT, TYPE C, WORK BUS, BASIC 220C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 221A - 36 PAX ADULT, TYPE C, WORK BUS, BASIC 221C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 222A - 40 PAX ADULT, TYPE C, WORK BUS, BASIC 222C - 66 PAX CHILDREN TYPE C, SCHOOL BUS, BASIC 230A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS, BASIC 236A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 236C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 238A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 238C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 301C - 14 PAX CHILDREN, TYPE A, SCHOOL BUS 302C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS 304C - 30 PAX CHILDREN, TYPE A, SCHOOL BUS 320A - 28 PAX ADULT, TYPE C, WORK BUS 320C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS 321A - 36 PAX ADULT, TYPE C, WORK BUS 321C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS 322A - 40 PAX ADULT, TYPE C, WORK BUS 322C - 66 PAX CHILDREN, TYPE C, SCHOOL BUS 330A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS 336A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 336C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 338A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 338C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 240L - 10 PAX ADULT, LOW-FLOOR, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS 241 - 12 PAX ADULT , 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 241N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT DUTY SHUTTLE BUS, BASIC 243 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 246 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 247 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS, BASIC 341 - 12 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 341N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342L - 16 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 342N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343L - 20 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 346 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 346L - 24 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 347 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 347L - 28 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 259W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260 - 32 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 263 - 36 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS, BASIC 263W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 359W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 360 - 32 PAX ADULT, 94 TO 99-INCH, MEDIUM-DUTY, SHUTTLE BUS 360L - 32 PAX ADULT, LOW-FLOOR, MEDIUM-DUTY, SHUTTLE BUS 360W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 363 - 36 PAX ADULT PASSENGER, MEDIUM-DUTY, SHUTTLE BUS 363W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 396 - 49 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 397 - 57 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 398 - 56 PAX ADULT, OVER-THE-ROAD, TOURING COACH The General Services Administration is the mandatory source for vehicles purchased in the United States under the Federal Property Management Regulation (FPMR) 101-26.501. GSA's Vehicle Purchasing Division purchases an estimated 50,000 new model year non-tactical vehicles for Federal Executive Agencies and the Department of Defense annually. All GSA vehicle purchases are governed by program specific Federal Vehicle Standards, which are assimilated by GSA Engineering personnel prior to solicitation publication. The technical review process engages interested parties to provide technical data for vehicles to be potentially offered to the Government in response to the forthcoming solicitation and to assist in the development of the Federal Vehicles Standards for the current model year on the 2025 Main Bus Program. Please note, GSA is NOT requesting pricing at this time. GSA is currently only in the requirements development phase of the acquisition. Interested parties, which have not already done so, should complete the following steps in order to participate: Send a list of makes/models they intend to submit for consideration to Dillon Akyuz, GSA Vehicle Engineer, at doruk.akyuz@gsa.gov by January 18, 2024. Please see the attached "Current Active Models" as a starting point and identify any deletions or additions with your firm's submission. These model lists are necessary for GSA to establish them in our database so they will be available for technical data population. GSA will hold a combined virtual Pre-Solicitation Conference and Industry Day on Thursday, January 18, 2024, from 11:00am-12:00pm EST to review these instructions as well as a discussion of changes from the current 2020 Main Bus Program. All interested parties should plan on attending. The meeting info is as follows: Meeting ID meet.google.com/jpj-jpva-eud Phone Numbers (?US)?+1 401-646-2406 PIN: ?361 241 080# For a better understanding of the potential solicitation requirements, please review the 2020 Main Bus Program Solicitation attached herewith. GSA anticipates many similar proposal requirements and terms and conditions, though full draft RFP terms will be released in the Spring of 2024 under a separate notice. GSA looks forward to your firm's participation in the 2025 Federal Standards for Buses. For additional information please contact GSA's Vehicle Purchasing Division at 844-472-1200 or by email at vehiclebuying@gsa.gov.

Deadline: 12/31/2028
Posted: 1/18/2024
RFINAICS: 336211.0

2025 Main Bus Program

The General Services Administration's (GSA) Automotive Acquisition Support Center invites firms interested in submitting offers under the Government's upcoming solicitation for 2025 Buses to participate in the 2025 Federal Vehicles Standards process beginning January 11, 2024. This process, conducted via GSA's Engineering Division, assists GSA's Vehicle Buying program to develop the Government's technical requirements for motor vehicles. Vehicle types being sought by the Government for this program include, but are not limited to: - Adult Work Buses - School Buses - Shuttles - Inter-City Commuter Coaches - Over the Road Touring Coaches Vehicle types, by Special Item Number (SIN) under Solicitation Number 47QMCA24R0006, being sought by the Government include: 202C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS, BASIC 220A - 28 PAX ADULT, TYPE C, WORK BUS, BASIC 220C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 221A - 36 PAX ADULT, TYPE C, WORK BUS, BASIC 221C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 222A - 40 PAX ADULT, TYPE C, WORK BUS, BASIC 222C - 66 PAX CHILDREN TYPE C, SCHOOL BUS, BASIC 230A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS, BASIC 236A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 236C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 238A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 238C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 301C - 14 PAX CHILDREN, TYPE A, SCHOOL BUS 302C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS 304C - 30 PAX CHILDREN, TYPE A, SCHOOL BUS 320A - 28 PAX ADULT, TYPE C, WORK BUS 320C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS 321A - 36 PAX ADULT, TYPE C, WORK BUS 321C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS 322A - 40 PAX ADULT, TYPE C, WORK BUS 322C - 66 PAX CHILDREN, TYPE C, SCHOOL BUS 330A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS 336A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 336C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 338A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 338C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 240L - 10 PAX ADULT, LOW-FLOOR, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS 241 - 12 PAX ADULT , 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 241N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT DUTY SHUTTLE BUS, BASIC 243 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 246 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 247 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS, BASIC 341 - 12 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 341N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342L - 16 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 342N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343L - 20 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 346 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 346L - 24 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 347 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 347L - 28 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 259W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260 - 32 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 263 - 36 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS, BASIC 263W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 359W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 360 - 32 PAX ADULT, 94 TO 99-INCH, MEDIUM-DUTY, SHUTTLE BUS 360L - 32 PAX ADULT, LOW-FLOOR, MEDIUM-DUTY, SHUTTLE BUS 360W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 363 - 36 PAX ADULT PASSENGER, MEDIUM-DUTY, SHUTTLE BUS 363W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 396 - 49 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 397 - 57 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 398 - 56 PAX ADULT, OVER-THE-ROAD, TOURING COACH The General Services Administration is the mandatory source for vehicles purchased in the United States under the Federal Property Management Regulation (FPMR) 101-26.501. GSA's Vehicle Purchasing Division purchases an estimated 50,000 new model year non-tactical vehicles for Federal Executive Agencies and the Department of Defense annually. All GSA vehicle purchases are governed by program specific Federal Vehicle Standards, which are assimilated by GSA Engineering personnel prior to solicitation publication. The technical review process engages interested parties to provide technical data for vehicles to be potentially offered to the Government in response to the forthcoming solicitation and to assist in the development of the Federal Vehicles Standards for the current model year on the 2025 Main Bus Program. Please note, GSA is NOT requesting pricing at this time. GSA is currently only in the requirements development phase of the acquisition. Interested parties, which have not already done so, should complete the following steps in order to participate: Send a list of makes/models they intend to submit for consideration to Dillon Akyuz, GSA Vehicle Engineer, at doruk.akyuz@gsa.gov by January 18, 2024. Please see the attached "Current Active Models" as a starting point and identify any deletions or additions with your firm's submission. These model lists are necessary for GSA to establish them in our database so they will be available for technical data population. GSA will hold a combined virtual Pre-Solicitation Conference and Industry Day on Thursday, January 18, 2024, from 11:00am-12:00pm EST to review these instructions as well as a discussion of changes from the current 2020 Main Bus Program. All interested parties should plan on attending. The meeting info is as follows: Meeting ID meet.google.com/jpj-jpva-eud Phone Numbers (?US)?+1 401-646-2406 PIN: ?361 241 080# For a better understanding of the potential solicitation requirements, please review the 2020 Main Bus Program Solicitation attached herewith. GSA anticipates many similar proposal requirements and terms and conditions, though full draft RFP terms will be released in the Spring of 2024 under a separate notice. GSA looks forward to your firm's participation in the 2025 Federal Standards for Buses. For additional information please contact GSA's Vehicle Purchasing Division at 844-472-1200 or by email at vehiclebuying@gsa.gov.

Deadline: 12/31/2028
Posted: 1/11/2024
RFINAICS: 336211.0

Job Corps Center Operations Procurement Plan

Concerning Job Corps Center Operations, the Procurement Plan through 2028 is hereby posted.

Deadline: 12/31/2028
Posted: 8/22/2024
Special NoticeNAICS: 611519.0

Air Force Special Operations Command Areas of Interest

**THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY** Air Force Special Operations Command (AFSOC) is seeking industry partners with the capabilities to fulfill its key Areas of Interest. AFSOC has identified key areas in the AFSOC Strategic Planning Process (SPP), the Required Capability List (RCL), and the Prioritized Gap List (PGL) and has consolidated it into AFSOC’s Areas of Interest. The Technology and Industry Liaison Office (TILO) is the entry point for industry partners to contact AFSOC. If you are interested in sharing your capabilities with AFSOC, please contact TILO through its org box: AFSOC.A8.TILO@us.af.mil. In the subject line of the email please include the company name and the “Area of Interest” it can support. Also, please attach a capability brief (i.e. PowerPoint, PDF). Additionally, please fill out the Meeting Request Form at the following link: https://forms.osi.apps.mil/pages/responsepage.aspx?id=jbExg4ct70ijX6yIGOv5tAO-8hEaBhVFnf9WSlIpo0RUNVNVTThCNk9DSTA0MFE4MU5KMjRMV05TUyQlQCN0PWcu All inquiries concerning this notice shall be sent in writing via email to AFSOC.A8.TILO@us.af.mil.

Deadline: 12/31/2028
Posted: 3/26/2024
Special Notice

Commercial Solutions Opening - Kadena Air Base, Japan

General Information Solicitation Request: 18th Contracting Squadron, Kadena Air Base, Japan is soliciting White Papers on the effort(s) identified as Area(s) of Interest (AoIs) to this solicitation. Type of Contract: The Department of the Air Force (DAF) anticipates the award of a Firm-Fixed Price type contract in accordance with FAR Part 12. Offerors are encouraged to review FAR 52.212-4 and 52.212-5 for standard terms and conditions of a FAR Part 12 contract. In addition, the DAF reserves the right to award an Other Transaction (OT) for Prototype Project in accordance with 10 U.S.C. 4022. This acquisition is Full and Open. Estimated Program Cost: See respective AoI Anticipated Number of Awards: The DAF does not have an anticipated number of awards per year for this announcement. However, the DAF reserves the right to award one or more, or no, contracts for all, part, or none of the proposals received. Classified Information. Offerors are encouraged to submit unclassified White Papers to simplify and expedite reviews and response by the Government. If an Offeror deems that a White Paper must contain classified information, contact the Contracting/Agreements Officer at 18CONS.RAPIDx.Cell@us.af.mil. Classified submissions must be handled, labeled, and stored in accordance with the National Industrial Security Program Operating Manual. Offerors must possess all required personnel security clearances, facility clearances, and other infrastructure requirements necessary to perform any proposed classified work in accordance with the Contract Security Classification Specification (DD Form 254) without reliance on Government resources. Authority The 2014 Quadrennial Defense Review established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under DFARS Subpart 212.70, contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense (DoD) may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with DFARS Subpart 212.70 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts CSO Procedure This CSO is a competitive solicitation posted on a Government Point of Entry (GPE) www.sam.gov continuously open until 2 January 2029. This solicitation will be updated no less frequently than annually. The Government reserves the right to extend this CSO beyond the open until date by amendment if the authority is extended. Under this CSO, the DoD may seek solution briefs, presentations/pitches and/or proposals from traditional and nontraditional business entities. This CSO is intended to seek proposals for innovative, commercial products, commercial technologies and services or adaptations/modifications of existing commercial product technologies and services to enable the seamless integration of manufacturing resources from across the enterprise to meet the DAF needs. These include, but are not limited to, quality of life enhancements, supply chain technology and risk management capabilities, maintenance and manufacturing tools, technology, and capabilities, infrastructure enhancements, flexible production and maintenance capabilities, technologies that lead to modern digital systems, workforce safety and training aids, and operational technology cybersecurity hardware, software, and services that support sustainment modernization to speed up decision making and the ability to deliver the right materiel solution to the warfighter at the speed of relevancy. This CSO may result in the award of various types of contracts, which may include but are not limited to acquisition of commercially available technologies immediately available, commercially available technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for broad defense applications. The Government intends to award FAR-based contracts under Part 12, Acquisition of Commercial Products and Commercial Services, but reserves the right to award additional types of contracts depending on the specific AoI and industrial base responses to the AoI. Furthermore, the Government reserves the right to award OT type agreements as a result of this solicitation. CHANGE LOG: 1/7/2024 - AoI-0001 AMENDMENT 1: Correcting the magnitude of the initial range to $250K-$9.5M with a possible inccrease to $35M at a later date. 1/26/2024- Aol-0001 AMENDMENT 2: Please see the attached Government response to CSO questions. Furthermore, if your company requested the use of drone technology, please fill out the attached Drone Request Form. Finally, attached is a DD Form 2345 that will require review/signature. If you are not working with a foreign entity, please state so on the form before signature and return.

Deadline: 1/2/2029
Posted: 1/26/2024
Special NoticeNAICS: None

Commercial Solutions Opening - Kadena Air Base, Japan

General Information Solicitation Request: 18th Contracting Squadron, Kadena Air Base, Japan is soliciting White Papers on the effort(s) identified as Area(s) of Interest (AoIs) to this solicitation. Type of Contract: The Department of the Air Force (DAF) anticipates the award of a Firm-Fixed Price type contract in accordance with FAR Part 12. Offerors are encouraged to review FAR 52.212-4 and 52.212-5 for standard terms and conditions of a FAR Part 12 contract. In addition, the DAF reserves the right to award an Other Transaction (OT) for Prototype Project in accordance with 10 U.S.C. 4022. This acquisition is Full and Open. Estimated Program Cost: See respective AoI Anticipated Number of Awards: The DAF does not have an anticipated number of awards per year for this announcement. However, the DAF reserves the right to award one or more, or no, contracts for all, part, or none of the proposals received. Classified Information. Offerors are encouraged to submit unclassified White Papers to simplify and expedite reviews and response by the Government. If an Offeror deems that a White Paper must contain classified information, contact the Contracting/Agreements Officer at 18CONS.RAPIDx.Cell@us.af.mil. Classified submissions must be handled, labeled, and stored in accordance with the National Industrial Security Program Operating Manual. Offerors must possess all required personnel security clearances, facility clearances, and other infrastructure requirements necessary to perform any proposed classified work in accordance with the Contract Security Classification Specification (DD Form 254) without reliance on Government resources. Authority The 2014 Quadrennial Defense Review established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under DFARS Subpart 212.70, contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense (DoD) may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with DFARS Subpart 212.70 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts CSO Procedure This CSO is a competitive solicitation posted on a Government Point of Entry (GPE) www.sam.gov continuously open until 2 January 2029. This solicitation will be updated no less frequently than annually. The Government reserves the right to extend this CSO beyond the open until date by amendment if the authority is extended. Under this CSO, the DoD may seek solution briefs, presentations/pitches and/or proposals from traditional and nontraditional business entities. This CSO is intended to seek proposals for innovative, commercial products, commercial technologies and services or adaptations/modifications of existing commercial product technologies and services to enable the seamless integration of manufacturing resources from across the enterprise to meet the DAF needs. These include, but are not limited to, quality of life enhancements, supply chain technology and risk management capabilities, maintenance and manufacturing tools, technology, and capabilities, infrastructure enhancements, flexible production and maintenance capabilities, technologies that lead to modern digital systems, workforce safety and training aids, and operational technology cybersecurity hardware, software, and services that support sustainment modernization to speed up decision making and the ability to deliver the right materiel solution to the warfighter at the speed of relevancy. This CSO may result in the award of various types of contracts, which may include but are not limited to acquisition of commercially available technologies immediately available, commercially available technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for broad defense applications. The Government intends to award FAR-based contracts under Part 12, Acquisition of Commercial Products and Commercial Services, but reserves the right to award additional types of contracts depending on the specific AoI and industrial base responses to the AoI. Furthermore, the Government reserves the right to award OT type agreements as a result of this solicitation. CHANGE LOG: 1/7/2024 - AoI-0001 AMENDMENT 1: Correcting the magnitude of the initial range to $250K-$9.5M with a possible inccrease to $35M at a later date. 1/26/2024- Aol-0001 AMENDMENT 2: Please see the attached Government response to CSO questions. Furthermore, if your company requested the use of drone technology, please fill out the attached Drone Request Form. Finally, attached is a DD Form 2345 that will require review/signature. If you are not working with a foreign entity, please state so on the form before signature and return.

Deadline: 1/2/2029
Posted: 1/26/2024
Special Notice

Commercial Solutions Opening - Kadena Air Base, Japan

General Information Solicitation Request: 18th Contracting Squadron, Kadena Air Base, Japan is soliciting White Papers on the effort(s) identified as Area(s) of Interest (AoIs) to this solicitation. Type of Contract: The Department of the Air Force (DAF) anticipates the award of a Firm-Fixed Price type contract in accordance with FAR Part 12. Offerors are encouraged to review FAR 52.212-4 and 52.212-5 for standard terms and conditions of a FAR Part 12 contract. In addition, the DAF reserves the right to award an Other Transaction (OT) for Prototype Project in accordance with 10 U.S.C. 4022. This acquisition is Full and Open. Estimated Program Cost: See respective AoI Anticipated Number of Awards: The DAF does not have an anticipated number of awards per year for this announcement. However, the DAF reserves the right to award one or more, or no, contracts for all, part, or none of the proposals received. Classified Information. Offerors are encouraged to submit unclassified White Papers to simplify and expedite reviews and response by the Government. If an Offeror deems that a White Paper must contain classified information, contact the Contracting/Agreements Officer at 18CONS.RAPIDx.Cell@us.af.mil. Classified submissions must be handled, labeled, and stored in accordance with the National Industrial Security Program Operating Manual. Offerors must possess all required personnel security clearances, facility clearances, and other infrastructure requirements necessary to perform any proposed classified work in accordance with the Contract Security Classification Specification (DD Form 254) without reliance on Government resources. Authority The 2014 Quadrennial Defense Review established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under DFARS Subpart 212.70, contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense (DoD) may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with DFARS Subpart 212.70 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts CSO Procedure This CSO is a competitive solicitation posted on a Government Point of Entry (GPE) www.sam.gov continuously open until 2 January 2029. This solicitation will be updated no less frequently than annually. The Government reserves the right to extend this CSO beyond the open until date by amendment if the authority is extended. Under this CSO, the DoD may seek solution briefs, presentations/pitches and/or proposals from traditional and nontraditional business entities. This CSO is intended to seek proposals for innovative, commercial products, commercial technologies and services or adaptations/modifications of existing commercial product technologies and services to enable the seamless integration of manufacturing resources from across the enterprise to meet the DAF needs. These include, but are not limited to, quality of life enhancements, supply chain technology and risk management capabilities, maintenance and manufacturing tools, technology, and capabilities, infrastructure enhancements, flexible production and maintenance capabilities, technologies that lead to modern digital systems, workforce safety and training aids, and operational technology cybersecurity hardware, software, and services that support sustainment modernization to speed up decision making and the ability to deliver the right materiel solution to the warfighter at the speed of relevancy. This CSO may result in the award of various types of contracts, which may include but are not limited to acquisition of commercially available technologies immediately available, commercially available technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for broad defense applications. The Government intends to award FAR-based contracts under Part 12, Acquisition of Commercial Products and Commercial Services, but reserves the right to award additional types of contracts depending on the specific AoI and industrial base responses to the AoI. Furthermore, the Government reserves the right to award OT type agreements as a result of this solicitation. CHANGE LOG: 1/7/2024 - AoI-0001 amendment 1: Correcting the magnitude of the initial range to $250K-$9.5M with a possible inccrease to $35M at a later date.

Deadline: 1/2/2029
Posted: 1/7/2024
Special Notice

Commercial Solutions Opening - Kadena Air Base, Japan

General Information Solicitation Request: 18th Contracting Squadron, Kadena Air Base, Japan is soliciting White Papers on the effort(s) identified as Area(s) of Interest (AoIs) to this solicitation. Type of Contract: The Department of the Air Force (DAF) anticipates the award of a Firm-Fixed Price type contract in accordance with FAR Part 12. Offerors are encouraged to review FAR 52.212-4 and 52.212-5 for standard terms and conditions of a FAR Part 12 contract. In addition, the DAF reserves the right to award an Other Transaction (OT) for Prototype Project in accordance with 10 U.S.C. 4022. This acquisition is Full and Open. Estimated Program Cost: See respective AoI Anticipated Number of Awards: The DAF does not have an anticipated number of awards per year for this announcement. However, the DAF reserves the right to award one or more, or no, contracts for all, part, or none of the proposals received. Classified Information. Offerors are encouraged to submit unclassified White Papers to simplify and expedite reviews and response by the Government. If an Offeror deems that a White Paper must contain classified information, contact the Contracting/Agreements Officer at 18CONS.RAPIDx.Cell@us.af.mil. Classified submissions must be handled, labeled, and stored in accordance with the National Industrial Security Program Operating Manual. Offerors must possess all required personnel security clearances, facility clearances, and other infrastructure requirements necessary to perform any proposed classified work in accordance with the Contract Security Classification Specification (DD Form 254) without reliance on Government resources. Authority The 2014 Quadrennial Defense Review established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under DFARS Subpart 212.70, contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense (DoD) may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with DFARS Subpart 212.70 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts CSO Procedure This CSO is a competitive solicitation posted on a Government Point of Entry (GPE) www.sam.gov continuously open until 2 January 2029. This solicitation will be updated no less frequently than annually. The Government reserves the right to extend this CSO beyond the open until date by amendment if the authority is extended. Under this CSO, the DoD may seek solution briefs, presentations/pitches and/or proposals from traditional and nontraditional business entities. This CSO is intended to seek proposals for innovative, commercial products, commercial technologies and services or adaptations/modifications of existing commercial product technologies and services to enable the seamless integration of manufacturing resources from across the enterprise to meet the DAF needs. These include, but are not limited to, quality of life enhancements, supply chain technology and risk management capabilities, maintenance and manufacturing tools, technology, and capabilities, infrastructure enhancements, flexible production and maintenance capabilities, technologies that lead to modern digital systems, workforce safety and training aids, and operational technology cybersecurity hardware, software, and services that support sustainment modernization to speed up decision making and the ability to deliver the right materiel solution to the warfighter at the speed of relevancy. This CSO may result in the award of various types of contracts, which may include but are not limited to acquisition of commercially available technologies immediately available, commercially available technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for broad defense applications. The Government intends to award FAR-based contracts under Part 12, Acquisition of Commercial Products and Commercial Services, but reserves the right to award additional types of contracts depending on the specific AoI and industrial base responses to the AoI. Furthermore, the Government reserves the right to award OT type agreements as a result of this solicitation.

Deadline: 1/2/2029
Posted: 1/3/2024
Special Notice

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed. Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice. The capability statement shall include the following: Contractor’s Name (doing Business as (DBA) Name) Physical Address with distance from Homestead ARB Point of Contact to include name, phone number and email address Verification of SAM registration with UEI and cage code Capability Statement showing how the Contractor can meet all requirements of this solicitation. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW. Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist/Officer Tahj Guilford at Tahj.Guilford.2@us.af.mil This Combined Synopsis/Solicitation is set to expire January 7, 2029 at 4:00 PM EST.

Deadline: 1/7/2029
Posted: 1/21/2025
Combined Synopsis/SolicitationNAICS: 721110.0

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed. Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice. The capability statement shall include the following: Contractor’s Name (doing Business as (DBA) Name) Physical Address with distance from Homestead ARB Point of Contact to include name, phone number and email address Verification of SAM registration with UEI and cage code Capability Statement showing how the Contractor can meet all requirements of this solicitation. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW. Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist/Officer Tahj Guilford at Tahj.Guilford.2@us.af.mil This Combined Synopsis/Solicitation is set to expire January 7, 2029 at 4:00 PM EST.

Deadline: 1/7/2029
Posted: 1/7/2025
Combined Synopsis/SolicitationNAICS: 721110.0

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed. Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice. The capability statement shall include the following: Contractor’s Name (doing Business as (DBA) Name) Physical Address with distance from Homestead ARB Point of Contact to include name, phone number and email address Verification of SAM registration with UEI and cage code Capability Statement showing how the Contractor can meet all requirements of this solicitation. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW. Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist/Officer Tahj Guilford at Tahj.Guilford.2@us.af.mil

Deadline: 1/7/2029
Posted: 1/7/2025
Combined Synopsis/SolicitationNAICS: 721110.0

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed. Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice. The capability statement shall include the following: Contractor’s Name (doing Business as (DBA) Name) Physical Address with distance from Homestead ARB Point of Contact to include name, phone number and email address Verification of SAM registration with UEI and cage code Capability Statement showing how the Contractor can meet all requirements of this solicitation. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW. Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist Tahj Guilford and Contracting Officer Daniela Marton.

Deadline: 1/7/2029
Posted: 1/7/2025
Combined Synopsis/SolicitationNAICS: 721110.0

Strategic Capabilities Office Broad Agency Announcement

Strategic Capabilities Office (SCO) is an organization within the Office of the Secretary of Defense which seeks to identify, analyze, and prototype disruptive applications of new systems, unconventional uses of existing systems, and implement emerging technologies to create operational strategic effects. SCO is a rapid prototyping organization focused on delivering capabilities in 3-5 years to address high priority operational and strategic challenges. The purpose of this BAA, issued under Federal Acquisition Regulation (FAR) parts 6.102(d)(2) and 35.016, is to solicit research submissions for funding consideration in the five areas of technical interest established herein. Procurement contracts, as well as OT agreements for research or prototypes under the authorities of 10 United States Code (U.S.C.) §§ 4021-4022, respectively, may result from this BAA. Amendment 1 posts Questions and Answers and provides edits to the BAA to clarify the submission process.  

Deadline: 1/17/2029
Posted: 3/12/2024
SolicitationNAICS: 541715.0

Q999--621 R4 - RFP-797-FSS-00-0115-R4 and Amendments 1-5

This adds amendment 0004 to currently published solicitation RFP-797-FSS-00-0115-R4.

Deadline: 1/21/2029
Posted: 1/21/2024
Combined Synopsis/SolicitationNAICS: 561320.0

JPEO-CBRND CWMD BOTAA-24-01

The Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND), a component of the U.S. Department of Defense’s Chemical and Biological Defense Program, protects the entire Joint Force – Army, Navy, Air Force, Marines, Coast Guard, and First Responders – through the advanced development of CBRND capabilities. JPEO-CBRND is organized into four Joint Project Management Offices (JPMO) and two Joint Project Lead Offices (JPLO), each responsible for specific commodity areas as described further in the JPEO-CBRND website at https://www.jpeocbrnd.osd.mil/. Three JPMs and one JPL provide oversight for the portfolios covered under this Broad Other Transaction Authority Announcement (BOTAA): JPM CBRN Protection, JPM CBRN Sensors, JPM CBRN Special Operations Forces, and JPL CBRN Integration. Under the authority of 10 U.S.C. 4022, JPEO-CBRND seeks to award funding through Other Transaction Authority agreements (OTAs or Agreements) for prototype and follow-on production projects within JPEO-CBRND mission areas of Interest identified in Section IV.B of the attached document titled, CWMD-BOTAA. JPEO-CBRND is interested in efforts directed toward the development of enabling technologies that speed up the advanced development process. Proposals are sought from all eligible sources as specified, including educational institutions, nonprofit organizations, and private industry. This Announcement provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration information. BOTAA Award Process Overview: Offerors may submit pre-proposals against any mission area of interest listed in Section IV. (Note: Guidelines for the requirements of a pre-proposal are listed in Section III B 1.) Pre-proposals are reviewed by the requiring office of the Government. If there is interest, the Government may reply with a Request for Full Proposal (RFFP) within 60-90 days. (Note: The Guidelines for all required information needed for a full proposal is explained in Section III B 2.) The offeror will prepare and submit the full proposal in accordance with the RFFP, generally set at 30 days for submission. Once received, the Government will evaluate the proposal. Discussions amongst the parties, whether verbally or in writing, may occur as appropriate. Subject to approvals and successful discussions, the Government may send an agreement to the offeror. Additional discussions may occur as necessary. Awards, if any, will be made after evaluation and selection of a successful proposal. (Note: Awards are dependent upon the availability of funds.) The Government may issue separate Requests for Project Proposals (RPPs) under this BOTAA for additional areas of interest or specific prototype needs. Unless otherwise stated in a particular RPP, responses to RPPs issued under this BOTAA will follow the same process described above for review and selection. Detailed instructions on submitting responses to this BOTAA or RPPs issued under this BOTAA can be found in Part III Section B of this document. To facilitate communication on both technical and administrative matters relating to this Announcement, a single email address may be used for all communication with the JPEO-CBRND. Please send all technical and administrative questions and inquiries to usarmy.apg.acc.mbx.jpeo-cbrnd-botaa@army.mil.

Deadline: 2/7/2029
Posted: 2/7/2024
Special NoticeNAICS: None

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement. We are actively seeking experienced construction contractors for a wide range of construction services in the Tri-Base area in Suffolk, UK. Both principle contractors with a diverse experience in renovating, altering and modernization of facilities and specialty trade contractors experineced in Asphalt and Concrete Paving and Commercial Roofing are urged to apply. Please contact with questions you may have.

Deadline: 2/7/2029
Posted: 2/21/2024
SolicitationNAICS: 236220.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement. We are actively seeking experienced construction contractors for a wide range of construction services in the Tri-Base area in Suffolk, UK. Both principle contractors with a diverse experience in renovating, altering and modernization of facilities and specialty trade contractors experineced in Asphalt and Concrete Paving and Commercial Roofing are urged to apply. Please contact with questions you may have.

Deadline: 2/7/2029
Posted: 2/9/2024
SolicitationNAICS: 236220.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement. We are actively seeking experienced construction contractors for a wide range of construction services in the Tri-Base area in Suffolk, UK. Both principle contractors with a diverse experience in renovating, altering and modernization of facilities and specialty trade contractors experineced in Asphalt and Concrete Paving and Commercial Roofing are urged to apply. Please contact with questions you may have.

Deadline: 2/7/2029
Posted: 2/7/2024
SolicitationNAICS: 236220.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement.

Deadline: 2/7/2029
Posted: 2/7/2024
SolicitationNAICS: 236220.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement. We are actively seeking experienced construction contractors for a wide range of construction services in the Tri-Base area in Suffolk, UK. Both principle contractors with a diverse experience in renovating, altering and modernization of facilities and specialty trade contractors experineced in Asphalt and Concrete Paving and Commercial Roofing are urged to apply. Please contact with questions you may have. Amend 03 removed several clauses from the Model Agreement and revised Atch 5-Application Instructions, and revised Atch 6-Application Evaluataion Procedures

Deadline: 2/7/2029
Posted: 3/6/2025
SolicitationNAICS: 236220.0

Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk

Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk

Deadline: 2/7/2029
Posted: 2/7/2024
RFINAICS: 23.0

FreeSol Broad Agency Annoucement

SUBJECT: TWO-STEP BROAD AGENCY ANNOUNCEMENT (Solicitation FA8819-24-R-B003) FreeSol Broad Agency Announcement (BAA) Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch SECTION 1 - INTRODUCTION The Space Systems Command (SSC) Advanced Technologies Branch (SSC/SZET-BCET) and Contracting Branch (SSC/SZK) invites innovative technical approach concept papers addressing space and cyber technologies, to enable capabilities to counter emerging space threats. To enable the concepts espoused in the United States Space Force (USSF) Strategic Intent, investments need to be made and the USSF needs to leverage all sources of innovation, prototyping, and experimentation. In addition, the USSF will explore pathfinders to test assumptions, validate answers, and potentially field ad-hoc solutions. This effort was designed to help the SF further partner with industry, encourage innovation, and drive down system costs. This BAA champions these initiatives, develops a better understanding of requirements while rapidly addressing the need for integrated space and cyber solutions. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public law 98-369, “The Competition in Contracting Act of 1984.” This is an open, two-step (concept white paper followed by proposal) BAA that will be available for 60 months, through 23 February 2029. Concept papers should be submitted as specified in “Section 3, Part A” of this BAA. The Government will evaluate concept papers against the criteria stated in this announcement. Those Offerors whose concept papers are of interest may be invited to submit a formal proposal following the specifications provided in “Section 3, Part B” of this BAA. All Offerors submitting concept papers will be contacted by the Government by either (1) notifying them of a request for a formal cost and technical proposal by a specified date, (2) a request to extend the validity of the concept paper until funding can be secured, or (3) informing them that the proposed solution is not of interest to the Government. An invitation to submit a complete technical proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Use of Non-Government Advisors: The Government intends to use Government personnel for the White Paper review and evaluation of proposals. The Government reserves the right to use Federally Funded Research and Development Contractors (FFRDC), Systems Engineering and Integration (SE&I), Systems Engineering and Technical Assistance (SETA), or SSC Acquisition and Financial Support (SAFS) contractors who support SSC to provide technical and acquisition advisory support for evaluations of White Papers and proposals. The current list of organizations includes: Aerospace, MITRE, the System Engineering and Integration (SE&I) contractor Science Applications International (SAIC) and other contractors (e.g. AT&T Incorporated, Booz Allen Hamilton, LinQuest, SES, Stellar Solutions) the SSC Acquisition and Financial Support (SAFS) contractor (Tecolote Research) and Security Support Contractor ManTech International. The list also includes subcontractors to any of these listed organizations that are actively supporting SSC/SZ through these organizations. If those contractors change over the life of the BAA, the Government will advise in writing. The evaluators and support personnel will be bound by appropriate Non-Disclosure Agreements (NDA) to protect proprietary and sensitive information. Additional NDAs will not be required; instead, a response to this BAA will be considered an implicit acknowledgement and acceptance of the fact that non-Government advisors will be assisting the Government in this process. Should the Offeror have any objections to specific companies and/or personnel from participating in the evaluation of proposals, written notification shall be provided to the Contracting Officer within ten (10) calendar days prior to the Offeror’s submission of proposals or concept papers. If there is an objection, the specific reason(s) for the objection(s) shall be stated in the written notification, and the specific support contractor of concern shall be identified. If an Offeror suspects or is aware of a potential or actual Organizational Conflict of Interest (OCI) or the appearance thereof they shall document the OCI in the concept paper and proposal. If a potential OCI or appearance thereof exists, the offeror shall submit the mitigation plan in place or to be put in place upon award with the concept paper and proposal. Awardees shall mitigate OCIs and shall be in compliance with FAR 9.5 – Organizational and Consultant Conflicts of Interest. OCI documentation associated with a white paper submission is not subject to any page limitations. The Government understands that information provided in response to this BAA is presented in confidence and may contain trade secrets, commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by: 18 USC 1905 (Trade Secrets Act); 18 USC 1831 et seq. (Economic Espionage Act); 5 USC 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and Any other statute, regulation, or requirement applicable to Government employees. Concept papers may be submitted electronically, via the appropriate communication channels (NIPR, SIPR, JWICS, SGN, SIC, etc.), to the Security POC, contracting officer, and contract specialist listed below: Contracting Officer: Security POC: 1LT Heeyeun Joo Mr. John Stelling NIPR: heeyeun.joo.1@spaceforce.mil NIPR: john.stelling.2@spaceforce.mil Alternate Contracting Officer: Mr. Robert Chernoff NIPR: robert.chernoff@spaceforce.mil Concept papers shall reference the above BAA number in the subject/title of the response. Submissions shall be either PDF files or Microsoft Word Documents. This announcement is effective for five years from date of release. Concept papers may be submitted at any time during this period. The SSC/SZET Advanced Technologies Branch acknowledges that funding constraints may severely limit contract activities but anticipates the ability to execute a limited number of projects through this timeframe. Funding Information: The anticipated ceiling available for this effort is up to $99M over the BAA’s 5-year active period. The number of contract awards have not been predetermined and will depend on the scope and quality of proposals received. The Government’s requirement for technology maturation across all focus areas will balance the investments appropriately. Any award(s) is subject to the availability of funds and is at the discretion of the Government. The Government may terminate work at any time if it no longer meets Government requirements. The Government may choose to award partial, none, or the full scope of the work proposed. The Government maintains the right to request a data call which will be published via SAM.gov at any time. All companies will be permitted to respond to the call, regardless of any previous white paper submissions. Please contact the Contracting Officer for submission of any potentially SENSITIVE or CLASSIFIED MATERIAL. They will provide an appropriate secure email address at that time. SECTION 2 - AREAS OF RESEARCH INTEREST The objective of the Space Systems Command, Space Domain Awareness and Combat Power (SSC/SZ-BC) Directorate is to develop, deliver, and sustain unrivaled space control capabilities to guarantee space superiority for our nation. The Directorate champions the nation’s space and cyber capabilities, as well as develops acquisition transition paths to support requirements. Proposals utilizing technology with a Technology Readiness Level (TRL) of 3 or higher are desired; justify TRL using DoD Technology Readiness Assessment (TRA) Guidance. Topics of interest for this BAA are listed below followed with examples from each of the five topics. Proposals need not be limited solely to those provided as examples but do need to trace to one of the overarching five topics. Resiliency technologies and techniques that increase survivability of space systems: Proliferation strategies Commercial standards and multi-domain reuse Dataflows and information sharing Redundancies Rapid reconstitution Improvements to Space Domain Awareness (SDA) that enhance the knowledge of space objects, status, activities, threats and environment to enable courses of action: Low cost and resilient ground-based SDA Low size, weight, & power space-based SDA Ground/Space space-weather sensors Optics Innovative abilities to exploit space to its advantage for defensive and offensive counterspace to protect friendly space-related capabilities from attack: Capability gap studies Cyber capabilities Phenomenology (active & passive) Satellite servicing Efficiencies that promote Battle Management Command Control and Communications (BMC3) Space data analytic tools for large data sets and networks Artificial Intelligence (AI) and automation for Space operations Methods for advancing exercises, tests, and training environment: Ride share opportunities Innovative solutions across multiple domains Inter-satellite link for small satellites SECTION 3 – GUIDELINES FOR PREPARATION AND SUBMISSION OF CONCEPT PAPERS AND PROPOSALS This is an open, two-step (concept paper followed by proposal) BAA. The purpose of the concept paper is to minimize stakeholders’ effort if the proposed work is not of interest to the Government. Accordingly, Offerors are encouraged to submit concept papers following the guidelines detailed below (Section 3 Part A). Concept submissions should specifically identify the focused capabilities listed in Section 2 above stating how they are enhancing operationally focused capabilities. All Offerors will receive written response on the submitted concept paper. For concepts which funding has not yet been identified but are applicable to the Government, will receive a request to extend the validity of the submission. Offerors are encouraged to submit proposals following the guidelines detailed below (Section 3 Part B) after they have submitted a concept paper and have been notified of the Government’s interest in receiving a full proposal. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. Offerors whose concept papers were not deemed to be of interest are not precluded from submitting other concept papers for consideration. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Guidelines for All Submissions Offerors are hereby advised that the Government will not pay for any White Paper or full proposal preparation costs resulting from this BAA. The cost of preparing White Papers and full proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this BAA, or any other contract with the Government. Unnecessarily elaborate brochures or proposals are not desired. Concept papers and proposals should be created using 8.5 x 11 inch portrait format pages with single spaced Times New Roman 12 point font with 1” margins. Landscape is acceptable for charts and graphs only. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Multiple concept papers addressing different topic areas may be submitted by the same Offeror, however each concept paper may only address one concept based on the stated Government areas of research interest (Section 2). Organizations may not submit multiple concept papers addressing the same area of research interest. Submitters may update a current concept paper or proposal at any time during the announcement period. Guidance regarding data calls supersedes restrictions in this paragraph. On the title page of the submission, identify if the Offeror or a proposed sub-contractor is a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and/or minority institution. The technical and cost information will be evaluated at the same time during the concept paper evaluation process. Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. The ability to obtain a contract may depend on whether the Government information (1) necessitates clearance of the business under a Special Security Agreement and (2) approval of a National Interest Determination (see 10 U.S.C. 2536(b)(1)(A), DoD 5220.22-M, and AFI 31-601) that release of proscribed information to the foreign-owned business shall not harm the national security interests of the United States. Failure to obtain the clearance or denial by the cognizant authority of release of the proscribed information to the foreign-owned business would preclude award of a contract. Submissions shall be shared at the appropriate classification level. Please send to the Security POC or contact via phone for transmission instructions on SIPR / JWICS, questions or additional guidance, if required. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate security clearance. The security clearance level required for these efforts is up to TS/SCI. Facility Clearance level will be documented in the DD254 of any resultant contract and documents will be classified in accordance with the Security Classification Guides to be provided during the RFP phase, as appropriate. Identification of Partner Agency: Within the concept paper submission an Offeror may identify a Government agency that may be interested in pursuing and funding the concept presented, as long as such concept is within the scope of a BAA (FAR 35.016(a)), within scope of this BAA focus areas listed in Section 2, and not a known requirement of the partnering agency. Identification and listing of all Intellectual Property and/or proprietary data associated with the submission shall be documented in the concept paper and proposal. The Government’s intent is that all development under the BAA will have Government Purpose Rights. The Government encourages the use of Modular Open Systems Approach (MOSA) including Open Mission Systems/Universal Command and Control Interface (OMS/UCI) to the maximum extent practicable. Required Government Furnished Property (GFP) / Government Furnished Information (GFI) / Government Furnished Equipment (GFE) for the technical approach shall be addressed and documented in the concept paper and proposal. Questions regarding the objectives or preparation of the concept paper or proposal should be addressed to the Contracting Officer. SECTION 3 PART A: CONCEPT PAPER PREPARATION (STEP 1 OF THE 2-PART BAA PROCESS) Submitter’s concept papers shall not exceed ten (10) pages. Title Page (does not count against 10-page limit) Company Name, CAGE Number (if applicable), Title, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if the Offeror or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and minority institution. ROM Cost and Schedule Page (does not count against the 10-page limit) Provide a Rough Order of Magnitude (ROM) of the cost of the effort proposed in the concept paper. The ROM Cost is for planning purposes only. Provide a top-level schedule. Technical Approach Section A Technology Concept – describe the technical approach and procedures of your proposed research. As part of the proposed research, identify the concept’s current TRL as well as a suggested path to mature the TRL of the research. Identify aspects which may be considered proprietary or Scientific and Technical Information. Technical Approach Section B Operational Impact – describe how the USSF will be impacted by the deliverable(s) of your contract. If applicable, describe the impact to the joint operational community. Explain the beneficial impacts and quantify them as appropriate. Detail who the operational users of the technology are expected to be. BASIS FOR CONCEPT PAPER EVALUATION Concept papers will be evaluated as they are received through a peer review and scientific review process. Individual concept paper evaluations will be based on acceptability or non- acceptability without regard to other submissions received under this announcement. The Government Office will complete coordination and review of concept papers and provide feedback to the submitter within 90 calendar days of receipt. Evaluations are completed unilaterally and are at the complete discretion of the Government evaluators. Concept papers will be evaluated under the following criteria: The degree to which the proposed concept is relevant to space & cyber technologies, including the degree to which it enhances and / or accelerates development. Technical merit of the proposed concept with an emphasis on feasible, achievable, and innovative solutions, and the degree to which a defined transition path or strategy exists. Affordability of the ROM for the proposed concept. Provide a ROM (Work Breakdown Structure Level 1) cost estimate phased by year. The ROM cost estimate will be used to determine if there are sufficient funds available for the proposed effort. RFP’s will require a full cost proposal. Degree to which the proposed concept schedule is achievable. Degree to which Intellectual Property/Propriety Data restricts implementation of system. SECTION 3, PART B: PROPOSAL PREPARATION (STEP 2 OF THE 2-PART BAA PROCESS) For concept papers that are of interest to the Government the Offeror will receive a Request for Proposal from the Contracting Officer. Proposals as a result of Step 2 of this BAA will be prepared and evaluated IAW FAR 15. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. * A Contracting Officer is the only authorized person with the authority to enter into, administer, modify, or terminate a government contract in accordance with 1.602-1 of the Federal Acquisition Regulation (FAR).

Deadline: 2/23/2029
Posted: 4/7/2025
SolicitationNAICS: 541715.0

FreeSol Broad Agency Annoucement

SUBJECT: TWO-STEP BROAD AGENCY ANNOUNCEMENT (Solicitation FA8819-24-R-B003) FreeSol Broad Agency Announcement (BAA) Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch SECTION 1 - INTRODUCTION The Space System Command (SSC) Advanced Technologies Branch (SSC/SZET-BCET) and Contracting Branch (SSC/SZK) invites innovative technical approach concept papers addressing space and cyber technologies, to enable capabilities to counter emerging space threats. To enable the concepts espoused in the United States Space Force (USSF) Strategic Intent, investments need to be made and the USSF needs to leverage all sources of innovation, prototyping, and experimentation. In addition, the USSF will explore pathfinders to test assumptions, validate answers, and potentially field ad-hoc solutions. This effort was designed to help the SF further partner with industry, encourage innovation, and drive down system costs. This BAA champions these initiatives, develops a better understanding of requirements while rapidly addressing the need for integrated space and cyber solutions. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public law 98-369, “The Competition in Contracting Act of 1984.” This is an open, two-step (concept white paper followed by proposal) BAA that will be available for 60 months, through 23 February 2029. Concept papers should be submitted as specified in “Section 3, Part A” of this BAA. The Government will evaluate concept papers against the criteria stated in this announcement. Those Offerors whose concept papers are of interest may be invited to submit a formal proposal following the specifications provided in “Section 3, Part B” of this BAA. All Offerors submitting concept papers will be contacted by the Government by either (1) notifying them of a request for a formal cost and technical proposal by a specified date, (2) a request to extend the validity of the concept paper until funding can be secured, or (3) informing them that the proposed solution is not of interest to the Government. An invitation to submit a complete technical proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Use of Non-Government Advisors: The Government intends to use Government personnel for the White Paper review and evaluation of proposals. The Government reserves the right to use Federally Funded Research and Development Contractors (FFRDC), Systems Engineering and Integration (SE&I), Systems Engineering and Technical Assistance (SETA), or SSC Acquisition and Financial Support (SAFS) contractors who support SSC to provide technical and acquisition advisory support for evaluations of White Papers and proposals. The current list of organizations includes: Aerospace, MITRE, the System Engineering and Integration (SE&I) contractor Science Applications International (SAIC) and other contractors (e.g. AT&T Incorporated, Booz Allen Hamilton, LinQuest, SES, Stellar Solutions) the SSC Acquisition and Financial Support (SAFS) contractor (Tecolote Research) and Security Support Contractor ManTech International. The list also includes subcontractors to any of these listed organizations that are actively supporting SSC/SZ through these organizations. If those contractors change over the life of the BAA, the Government will advise in writing. The evaluators and support personnel will be bound by appropriate Non-Disclosure Agreements (NDA) to protect proprietary and sensitive information. Additional NDAs will not be required; instead, a response to this BAA will be considered an implicit acknowledgement and acceptance of the fact that non-Government advisors will be assisting the Government in this process. Should the Offeror have any objections to specific companies and/or personnel from participating in the evaluation of proposals, written notification shall be provided to the Contracting Officer within ten (10) calendar days prior to the Offeror’s submission of proposals or concept papers. If there is an objection, the specific reason(s) for the objection(s) shall be stated in the written notification, and the specific support contractor of concern shall be identified. If an Offeror suspects or is aware of a potential or actual Organizational Conflict of Interest (OCI) or the appearance thereof they shall document the OCI in the concept paper and proposal. If a potential OCI or appearance thereof exists, the offeror shall submit the mitigation plan in place or to be put in place upon award with the concept paper and proposal. Awardees shall mitigate OCIs and shall be in compliance with FAR 9.5 – Organizational and Consultant Conflicts of Interest. OCI documentation associated with a white paper submission is not subject to any page limitations. The Government understands that information provided in response to this BAA is presented in confidence and may contain trade secrets, commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by: 18 USC 1905 (Trade Secrets Act); 18 USC 1831 et seq. (Economic Espionage Act); 5 USC 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and Any other statute, regulation, or requirement applicable to Government employees. Concept papers may be submitted electronically, via the appropriate communication channels (NIPR, SIPR, JWICS, SGN, SIC, etc.), to the Security POC, contracting officer, and contract specialist listed below: Contracting Officer: Security POC: Melanie Gipson Mr. Stephen A. Taylor NIPR: melanie.gipson@spaceforce,mil NIPR: stephen.taylor.2@us.af.mil Contract Specialist: Captain Tobias Richards NIPR: tobias.richards.1@spaceforce.mil Electronic submissions are highly preferred. In the event electronic or verbal submissions are not possible, concept papers in response to this announcement shall be submitted to: Contracting, SSC/SZK ATTN: BAA FA8819-24-R-B003 483 N. Aviation Blvd. A-5 El Segundo, CA 90245 Concept papers shall reference the above BAA number in the subject/title of the response. Submissions shall be either PDF files or Microsoft Word Documents. This announcement is effective for five years from date of release. Concept papers may be submitted at any time during this period. The SSC/SZET Advanced Technologies Branch acknowledges that funding constraints may severely limit contract activities but anticipates the ability to execute a limited number of projects through this timeframe. Funding Information: The anticipated ceiling available for this effort is up to $99M over the BAA’s 5-year active period. The number of contract awards have not been predetermined and will depend on the scope and quality of proposals received. The Government’s requirement for technology maturation across all focus areas will balance the investments appropriately. Any award(s) is subject to the availability of funds and is at the discretion of the Government. The Government may terminate work at any time if it no longer meets Government requirements. The Government may choose to award partial, none, or the full scope of the work proposed. The Government maintains the right to request a data call which will be published via SAM.gov at any time. All companies will be permitted to respond to the call, regardless of any previous white paper submissions. Please contact the Contracting Officer for submission of any potentially SENSITIVE or CLASSIFIED MATERIAL. They will provide an appropriate secure email address at that time. SECTION 2 - AREAS OF RESEARCH INTEREST The objective of the Space Systems Command, Space Domain Awareness and Combat Power (SSC/SZ-BC) Directorate is to develop, deliver, and sustain unrivaled space control capabilities to guarantee space superiority for our nation. The Directorate champions the nation’s space and cyber capabilities, as well as develops acquisition transition paths to support requirements. Proposals utilizing technology with a Technology Readiness Level (TRL) of 3 or higher are desired; justify TRL using DoD Technology Readiness Assessment (TRA) Guidance. Topics of interest for this BAA are listed below followed with examples from each of the five topics. Proposals need not be limited solely to those provided as examples but do need to trace to one of the overarching five topics. Resiliency technologies and techniques that increase survivability of space systems: Proliferation strategies Commercial standards and multi-domain reuse Dataflows and information sharing Redundancies Rapid reconstitution Improvements to Space Domain Awareness (SDA) that enhance the knowledge of space objects, status, activities, threats and environment to enable courses of action: Low cost and resilient ground-based SDA Low size, weight, & power space-based SDA Ground/Space space-weather sensors Optics Innovative abilities to exploit space to its advantage for defensive and offensive counterspace to protect friendly space-related capabilities from attack: Capability gap studies Cyber capabilities Phenomenology (active & passive) Satellite servicing Efficiencies that promote Battle Management Command Control and Communications (BMC3) Space data analytic tools for large data sets and networks Artificial Intelligence (AI) and automation for Space operations Methods for advancing exercises, tests, and training environment: Ride share opportunities Innovative solutions across multiple domains Inter-satellite link for small satellites SECTION 3 – GUIDELINES FOR PREPARATION AND SUBMISSION OF CONCEPT PAPERS AND PROPOSALS This is an open, two-step (concept paper followed by proposal) BAA. The purpose of the concept paper is to minimize stakeholders’ effort if the proposed work is not of interest to the Government. Accordingly, Offerors are encouraged to submit concept papers following the guidelines detailed below (Section 3 Part A). Concept submissions should specifically identify the focused capabilities listed in Section 2 above stating how they are enhancing operationally focused capabilities. All Offerors will receive written response on the submitted concept paper. For concepts which funding has not yet been identified but are applicable to the Government, will receive a request to extend the validity of the submission. Offerors are encouraged to submit proposals following the guidelines detailed below (Section 3 Part B) after they have submitted a concept paper and have been notified of the Government’s interest in receiving a full proposal. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. Offerors whose concept papers were not deemed to be of interest are not precluded from submitting other concept papers for consideration. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Guidelines for All Submissions Offerors are hereby advised that the Government will not pay for any White Paper or full proposal preparation costs resulting from this BAA. The cost of preparing White Papers and full proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this BAA, or any other contract with the Government. Unnecessarily elaborate brochures or proposals are not desired. Concept papers and proposals should be created using 8.5 x 11 inch portrait format pages with single spaced Times New Roman 12 point font with 1” margins. Landscape is acceptable for charts and graphs only. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Multiple concept papers addressing different topic areas may be submitted by the same Offeror, however each concept paper may only address one concept based on the stated Government areas of research interest (Section 2). Organizations may not submit multiple concept papers addressing the same area of research interest. Submitters may update a current concept paper or proposal at any time during the announcement period. Guidance regarding data calls supersedes restrictions in this paragraph. On the title page of the submission, identify if the Offeror or a proposed sub-contractor is a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and/or minority institution. The technical and cost information will be evaluated at the same time during the concept paper evaluation process. Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. The ability to obtain a contract may depend on whether the Government information (1) necessitates clearance of the business under a Special Security Agreement and (2) approval of a National Interest Determination (see 10 U.S.C. 2536(b)(1)(A), DoD 5220.22-M, and AFI 31-601) that release of proscribed information to the foreign-owned business shall not harm the national security interests of the United States. Failure to obtain the clearance or denial by the cognizant authority of release of the proscribed information to the foreign-owned business would preclude award of a contract. Submissions shall be shared at the appropriate classification level. Please send to the Security POC or contact via phone for transmission instructions on SIPR / JWICS, questions or additional guidance, if required. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate security clearance. The security clearance level required for these efforts is up to TS/SCI. Facility Clearance level will be documented in the DD254 of any resultant contract and documents will be classified in accordance with the Security Classification Guides to be provided during the RFP phase, as appropriate. Identification of Partner Agency: Within the concept paper submission an Offeror may identify a Government agency that may be interested in pursuing and funding the concept presented, as long as such concept is within the scope of a BAA (FAR 35.016(a)), within scope of this BAA focus areas listed in Section 2, and not a known requirement of the partnering agency. Identification and listing of all Intellectual Property and/or proprietary data associated with the submission shall be documented in the concept paper and proposal. The Government’s intent is that all development under the BAA will have Government Purpose Rights. The Government encourages the use of Modular Open Systems Approach (MOSA) including Open Mission Systems/Universal Command and Control Interface (OMS/UCI) to the maximum extent practicable. Required Government Furnished Property (GFP) / Government Furnished Information (GFI) / Government Furnished Equipment (GFE) for the technical approach shall be addressed and documented in the concept paper and proposal. Questions regarding the objectives or preparation of the concept paper or proposal should be addressed to the Contracting Officer. SECTION 3 PART A: CONCEPT PAPER PREPARATION (STEP 1 OF THE 2-PART BAA PROCESS) Submitter’s concept papers shall not exceed ten (10) pages. Title Page (does not count against 10-page limit) Company Name, CAGE Number (if applicable), Title, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if the Offeror or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and minority institution. ROM Cost and Schedule Page (does not count against the 10-page limit) Provide a Rough Order of Magnitude (ROM) of the cost of the effort proposed in the concept paper. The ROM Cost is for planning purposes only. Provide a top-level schedule. Technical Approach Section A Technology Concept – describe the technical approach and procedures of your proposed research. As part of the proposed research, identify the concept’s current TRL as well as a suggested path to mature the TRL of the research. Identify aspects which may be considered proprietary or Scientific and Technical Information. Technical Approach Section B Operational Impact – describe how the USSF will be impacted by the deliverable(s) of your contract. If applicable, describe the impact to the joint operational community. Explain the beneficial impacts and quantify them as appropriate. Detail who the operational users of the technology are expected to be. BASIS FOR CONCEPT PAPER EVALUATION Concept papers will be evaluated as they are received through a peer review and scientific review process. Individual concept paper evaluations will be based on acceptability or non- acceptability without regard to other submissions received under this announcement. The Government Office will complete coordination and review of concept papers and provide feedback to the submitter within 90 calendar days of receipt. Evaluations are completed unilaterally and are at the complete discretion of the Government evaluators. Concept papers will be evaluated under the following criteria: The degree to which the proposed concept is relevant to space & cyber technologies, including the degree to which it enhances and / or accelerates development. Technical merit of the proposed concept with an emphasis on feasible, achievable, and innovative solutions, and the degree to which a defined transition path or strategy exists. Affordability of the ROM for the proposed concept. Provide a ROM (Work Breakdown Structure Level 1) cost estimate phased by year. The ROM cost estimate will be used to determine if there are sufficient funds available for the proposed effort. RFP’s will require a full cost proposal. Degree to which the proposed concept schedule is achievable. Degree to which Intellectual Property/Propriety Data restricts implementation of system. SECTION 3, PART B: PROPOSAL PREPARATION (STEP 2 OF THE 2-PART BAA PROCESS) For concept papers that are of interest to the Government the Offeror will receive a Request for Proposal from the Contracting Officer. Proposals as a result of Step 2 of this BAA will be prepared and evaluated IAW FAR 15. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. * A Contracting Officer is the only authorized person with the authority to enter into, administer, modify, or terminate a government contract in accordance with 1.602-1 of the Federal Acquisition Regulation (FAR).

Deadline: 2/23/2029
Posted: 6/24/2024
SolicitationNAICS: 541715.0
Page 42 of 47