Federal Contract Opportunities

Showing 2,301-2,350 of 2,697 opportunities

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

AF CyberWorx Commercial Solutions Opening (CSO)

**Amendment 0002 to CSO** The CSO has been amended to include a new Area of Interest AFCWX-005. See the attached CSO for details ______________________________________________________________________ For the period of 7 February 2024 to 30 March 2024 Air Force CyberWorx has a focused interest in exploring emerging technologies supporting network defense and security operations with an emphasis on securing endpoints within and enterprise. **See attachment 2 for details** _______________________________________________________________________ Requiring Agency Name: United States Air Force (AF) CyberWorx Commercial Solutions Opening Number: FA7000-23-S-C001 Commercial Solutions Opening Title: AF CyberWorx Commercial Solutions Opportunity (CSO) Commercial Solutions Opening Type: FA7000-23-S-C001 Amendment 0001 NAICS: 541511, Custom Computer Programming Services; 541519, Other Computer Related Services; 511210, Software Publishers; 541330,` Engineering Services; 541512, Computer Systems Design Services; 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology. THIS A HYBRID SOLICIATION AGAINST WHICH CALLS AND OPEN PERIODS CAN BE RELEASED. This CSO is open for Solution Brief submissions until 09 August 2028 or until superceded, to be updated annually and posted to Sam.gov. See the full text announcement below for instructions. 1. INTORDUCTION AND BACKGROUND AF CyberWorx is a problem-solving organization focused on human centered design that builds rapid prototypes to improve the user experience. It is located at the United States Air Force Academy (USAFA) in Colorado Springs, CO. USAFA is designated as a federal laboratory, with the unique position to establish various partnerships and agreements with academia and industry and is chartered with solving the AF’s mission problems by engaging users, industry, and academia in human centered design processes that result in solutions for the war fighter. There is interest in capturing the most creative and advanced technologies where the department can make use of defense specific projects and dual-use technologies to further its technological gain. In realizing the potential to leverage superiority in innovative technologies, AF CyberWorx endeavors to create valued partnerships by aligning itself with partners that assist in technology transfer/transition by spin-off technologies and guiding small business economic development with the primary goal of broadening the defense industrial base. This Commercial Solutions Opening (CSO) is a competitive solicitation seeking proposals for innovative, commercial technologies, and services that accelerate attainment of critical defense capabilities as detailed in Attachment 8. This CSO may result in the award of prototype projects, which include not only 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 defense application. 2. PURPOSE 2.1. This CSO is issued in accordance with DFARS Class Deviation 2022-O0007 and is a competitive solicitation of proposals focused on technologies to meet the AF CyberWorx’s mission. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) which will be posted as calls to this CSO. Nontraditional defense contractors and small businesses are encouraged to submit solution briefs or proposals under this CSO. 2.2. “Nontraditional Defense Contractors” is defined in 10 U.S.C. § 2302(9) as an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S.C. § 1502 and the regulations implementing such section. This includes all small business concerns under the criteria and size standards in 13 C.F.R, § 121. 2.3. "Innovative" means any technology, process, or method, including research and development that is new as of the date of submission of a proposal, or any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. 3. CSO APPROACH AND OVERVIEW 3.1. This CSO seeks innovative, commercial approaches to meet various technology objectives of AF CyberWorx. All items, technologies, and services acquired using a CSO will be treated as commercial items. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific AoI in Attachment 8 or posted as separate calls. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The AF also reserves the right to award Other Transactions (OT). 3.2. OT for Research, Prototype, and Production: Upon favorable review and available funds, the government may choose to award an OT for Research, Prototype, and Production as deemed appropriate for the transaction. The Agreements Officer will negotiate directly with the offeror on the terms and conditions of the OT, including payments, and will execute the OT on behalf of the government. Upon successful completion of a prototype project under an OT for Prototype agreement, the government and offeror may negotiate a follow-on production contract or agreement without further competition as authorized under 10 U.S.C. § 2371b(f). Any concept/technology/solution successfully proven through an OT for Prototype can be transitioned to production. Any resultant OT for Prototype awarded under this CSO will include language providing for the potential award of a follow-on production contract or agreement. 3.3. Awards resulting from this CSO will be made based on the evaluation results of a two or three phased proposal process described in Section 5. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds. 3.4. All coordination and communication between offerors and the Government will be conducted using (www.sam.gov) and the points of contact associated with this CSO, as specified in Section 4. 3.5. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 3.6. Access to unclassified sensitive or classified information is not anticipated for projects awarded under this CSO. 4. GENERAL INFORMATION 4.1. Points of Contact Questions regarding the content of this CSO must be addressed to the Contracting Office below. Attn: Contracting/Agreements Officer, 10 CONS/PKC 10CONS.PK.CyberWorx@us.af.mil 5. SUBMISSION INFORMATION 5.1. Submission Overview This CSO is open for Solution Brief submissions continuously or until superseded. Phase I submissions shall include both the Quad Chart and Solutions Brief prepared in accordance with the formats in Attachments 1 and 2 respectively. Subject to funding availability, all solution briefs will be evaluated IAW Attachment 7. Calls may be placed against the CSO and specific information related to due dates will be provided in each call. The calls may also include specific terms which apply to the call such as further technical details, cut-off date for solution briefs and quad charts and/or proposal submission and any pertinent information. Proposals or solution briefs submitted in response to calls should be submitted according to directions contained within each individual call and in accordance with this CSO. Offerors should monitor (www.sam.gov) for specific calls or amendments to this CSO. 5.2. Two or Three Phased Submission This CSO may be conducted in two OR three phases as follows: 5.2.1. Phase I Quad Chart and Solution Brief: Interested offerors must submit Quad Charts and Solution Briefs in accordance with instructions provided in this CSO. Phase I submissions will be evaluated against criteria as described in Attachment 7 of this CSO. All Quad Charts shall include the information indicated on the sample template in Attachment 1. The Solution Brief narrative expands on the Quad Chart presentation. Instructions for format and content are located in Attachment 2. Solution Briefs and quad chart submissions shall be sent to 10CONS.PK.CyberWorx@us.af.mil for review. All solution briefs must be unclassified. The government will not pay companies for the costs associated with solution brief submissions. 5.2.1.1. Notification of Selection. All offerors providing Phase I submissions will be contacted by the Government, either with an email letter informing them that the effort proposed is not of interest to the Government at this time or with a request for either a pitch session OR request for proposal by a specific date. 5.2.2. Phase II Pitch Session: Phase II submission will only be accepted from offerors who upon review of Phase I submissions, are invited by the Contracting Officer to a pitch session. In addition to the pitch, the government, at its discretion, may request an additional written submission to further supplement the information provided in the Phase I solution brief. Instructions for format and content are located in Attachment 3. Please note: The government reserves the right to forgo Phase II and go directly to Phase III. 5.2.3. Phase III Technical, Cost, and SOW Proposal: Phase III proposals will only be accepted from offerors who upon review of either Phase I or Phase II submission, are invited by the Contracting Officer to submit a full proposal (Technical, Cost, and Statement of Work (SOW)). In order to be considered for award under Phase III, offerors must be registered in the System for Award Management (SAM) at www.sam.gov, be considered responsible within the meaning of FAR Part 9.1, Responsible Prospective Contractors, have a satisfactory performance record, and otherwise be eligible for award based on federal law and regulation. 5.2.4. Proposal Submission: Upon notification for a proposal by the Contracting Officer, offerors will have 30 calendar days to prepare and submit a proposal in accordance with the format and instructions in Attachments 4-6. 5.2.5. Proposal Review, Evaluation and Selection Process: Each proposal will be evaluated by the Government and the proposal must stand on its own technical merit. Proposals will be evaluated in accordance with the evaluation criteria and process specified in Attachment 7. The primary basis for selecting proposals for acceptance shall be technical, importance to agency programs, and funds availability. In order to provide the desired evaluation, qualified Government personnel will conduct reviews and (if necessary) convene panels of experts in the appropriate areas. IAW Class Deviation 2022-O0007 price shall be considered to the extent appropriate, but at a minimum, to determine that the price is fair and reasonable. Proposals need not be evaluated against each other since they are not submitted in response to a common performance work statement or statement of work. 5.2.6. Small Business Subcontracting Plan: Large business offerors shall submit either an individual subcontracting plan and/or master subcontracting plan (if available) in accordance with FAR Clause 52.219-9 Small Business Subcontracting Plan (Nov 2021), DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) – Basic (Dec 2019) and DFARS 252.219-7004 Small Business Subcontracting Plan (Test Program) (May 2019). The offeror's small business subcontracting plan shall include, but is not limited to, detailing the commitment/targets for each category of small business, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, HUBZone, and women-owned small business concerns. The plan shall describe for each category the total value subcontracted expressed in dollars and percentage of total subcontracted value if an individual subcontracting plan. The plan shall also state the extent and nature of work to be performed by small business concerns, the method used to develop goals, the method used to locate potential suppliers, if the goals include indirect costs (if so, describe the cost allocation method) and describe the efforts the offeror will make to assure small businesses have an equitable opportunity to compete for subcontracts. If the planned goals do not meet or exceed DoD FY subcontracting goals found at https://business.defense.gov/About/Goals-and-Performance, substantial explanation/rationale shall be provided. The plan shall also provide the name and duties of the contractor's subcontracting plan administrator. **See attachments for details**

Deadline: 8/9/2028
Posted: 3/13/2024
Special Notice

AF CyberWorx Commercial Solutions Opening (CSO)

For the period of 7 February 2024 to 30 March 2024 Air Force CyberWorx has a focused interest in exploring emerging technologies supporting network defense and security operations with an emphasis on securing endpoints within and enterprise. **See attachment 2 for details** Requiring Agency Name: United States Air Force (AF) CyberWorx Commercial Solutions Opening Number: FA7000-23-S-C001 Commercial Solutions Opening Title: AF CyberWorx Commercial Solutions Opportunity (CSO) Commercial Solutions Opening Type: FA7000-23-S-C001 Amendment 0001 NAICS: 541511, Custom Computer Programming Services; 541519, Other Computer Related Services; 511210, Software Publishers; 541330,` Engineering Services; 541512, Computer Systems Design Services; 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology. THIS A HYBRID SOLICIATION AGAINST WHICH CALLS AND OPEN PERIODS CAN BE RELEASED. This CSO is open for Solution Brief submissions until 09 August 2028 or until superceded, to be updated annually and posted to Sam.gov. See the full text announcement below for instructions. 1. INTORDUCTION AND BACKGROUND AF CyberWorx is a problem-solving organization focused on human centered design that builds rapid prototypes to improve the user experience. It is located at the United States Air Force Academy (USAFA) in Colorado Springs, CO. USAFA is designated as a federal laboratory, with the unique position to establish various partnerships and agreements with academia and industry and is chartered with solving the AF’s mission problems by engaging users, industry, and academia in human centered design processes that result in solutions for the war fighter. There is interest in capturing the most creative and advanced technologies where the department can make use of defense specific projects and dual-use technologies to further its technological gain. In realizing the potential to leverage superiority in innovative technologies, AF CyberWorx endeavors to create valued partnerships by aligning itself with partners that assist in technology transfer/transition by spin-off technologies and guiding small business economic development with the primary goal of broadening the defense industrial base. This Commercial Solutions Opening (CSO) is a competitive solicitation seeking proposals for innovative, commercial technologies, and services that accelerate attainment of critical defense capabilities as detailed in Attachment 8. This CSO may result in the award of prototype projects, which include not only 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 defense application. 2. PURPOSE 2.1. This CSO is issued in accordance with DFARS Class Deviation 2022-O0007 and is a competitive solicitation of proposals focused on technologies to meet the AF CyberWorx’s mission. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) which will be posted as calls to this CSO. Nontraditional defense contractors and small businesses are encouraged to submit solution briefs or proposals under this CSO. 2.2. “Nontraditional Defense Contractors” is defined in 10 U.S.C. § 2302(9) as an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S.C. § 1502 and the regulations implementing such section. This includes all small business concerns under the criteria and size standards in 13 C.F.R, § 121. 2.3. "Innovative" means any technology, process, or method, including research and development that is new as of the date of submission of a proposal, or any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. 3. CSO APPROACH AND OVERVIEW 3.1. This CSO seeks innovative, commercial approaches to meet various technology objectives of AF CyberWorx. All items, technologies, and services acquired using a CSO will be treated as commercial items. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific AoI in Attachment 8 or posted as separate calls. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The AF also reserves the right to award Other Transactions (OT). 3.2. OT for Research, Prototype, and Production: Upon favorable review and available funds, the government may choose to award an OT for Research, Prototype, and Production as deemed appropriate for the transaction. The Agreements Officer will negotiate directly with the offeror on the terms and conditions of the OT, including payments, and will execute the OT on behalf of the government. Upon successful completion of a prototype project under an OT for Prototype agreement, the government and offeror may negotiate a follow-on production contract or agreement without further competition as authorized under 10 U.S.C. § 2371b(f). Any concept/technology/solution successfully proven through an OT for Prototype can be transitioned to production. Any resultant OT for Prototype awarded under this CSO will include language providing for the potential award of a follow-on production contract or agreement. 3.3. Awards resulting from this CSO will be made based on the evaluation results of a two or three phased proposal process described in Section 5. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds. 3.4. All coordination and communication between offerors and the Government will be conducted using (www.sam.gov) and the points of contact associated with this CSO, as specified in Section 4. 3.5. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 3.6. Access to unclassified sensitive or classified information is not anticipated for projects awarded under this CSO. 4. GENERAL INFORMATION 4.1. Points of Contact Questions regarding the content of this CSO must be addressed to the Contracting Office below. Attn: Contracting/Agreements Officer, 10 CONS/PKC 10CONS.PK.CyberWorx@us.af.mil 5. SUBMISSION INFORMATION 5.1. Submission Overview This CSO is open for Solution Brief submissions continuously or until superseded. Phase I submissions shall include both the Quad Chart and Solutions Brief prepared in accordance with the formats in Attachments 1 and 2 respectively. Subject to funding availability, all solution briefs will be evaluated IAW Attachment 7. Calls may be placed against the CSO and specific information related to due dates will be provided in each call. The calls may also include specific terms which apply to the call such as further technical details, cut-off date for solution briefs and quad charts and/or proposal submission and any pertinent information. Proposals or solution briefs submitted in response to calls should be submitted according to directions contained within each individual call and in accordance with this CSO. Offerors should monitor (www.sam.gov) for specific calls or amendments to this CSO. 5.2. Two or Three Phased Submission This CSO may be conducted in two OR three phases as follows: 5.2.1. Phase I Quad Chart and Solution Brief: Interested offerors must submit Quad Charts and Solution Briefs in accordance with instructions provided in this CSO. Phase I submissions will be evaluated against criteria as described in Attachment 7 of this CSO. All Quad Charts shall include the information indicated on the sample template in Attachment 1. The Solution Brief narrative expands on the Quad Chart presentation. Instructions for format and content are located in Attachment 2. Solution Briefs and quad chart submissions shall be sent to 10CONS.PK.CyberWorx@us.af.mil for review. All solution briefs must be unclassified. The government will not pay companies for the costs associated with solution brief submissions. 5.2.1.1. Notification of Selection. All offerors providing Phase I submissions will be contacted by the Government, either with an email letter informing them that the effort proposed is not of interest to the Government at this time or with a request for either a pitch session OR request for proposal by a specific date. 5.2.2. Phase II Pitch Session: Phase II submission will only be accepted from offerors who upon review of Phase I submissions, are invited by the Contracting Officer to a pitch session. In addition to the pitch, the government, at its discretion, may request an additional written submission to further supplement the information provided in the Phase I solution brief. Instructions for format and content are located in Attachment 3. Please note: The government reserves the right to forgo Phase II and go directly to Phase III. 5.2.3. Phase III Technical, Cost, and SOW Proposal: Phase III proposals will only be accepted from offerors who upon review of either Phase I or Phase II submission, are invited by the Contracting Officer to submit a full proposal (Technical, Cost, and Statement of Work (SOW)). In order to be considered for award under Phase III, offerors must be registered in the System for Award Management (SAM) at www.sam.gov, be considered responsible within the meaning of FAR Part 9.1, Responsible Prospective Contractors, have a satisfactory performance record, and otherwise be eligible for award based on federal law and regulation. 5.2.4. Proposal Submission: Upon notification for a proposal by the Contracting Officer, offerors will have 30 calendar days to prepare and submit a proposal in accordance with the format and instructions in Attachments 4-6. 5.2.5. Proposal Review, Evaluation and Selection Process: Each proposal will be evaluated by the Government and the proposal must stand on its own technical merit. Proposals will be evaluated in accordance with the evaluation criteria and process specified in Attachment 7. The primary basis for selecting proposals for acceptance shall be technical, importance to agency programs, and funds availability. In order to provide the desired evaluation, qualified Government personnel will conduct reviews and (if necessary) convene panels of experts in the appropriate areas. IAW Class Deviation 2022-O0007 price shall be considered to the extent appropriate, but at a minimum, to determine that the price is fair and reasonable. Proposals need not be evaluated against each other since they are not submitted in response to a common performance work statement or statement of work. 5.2.6. Small Business Subcontracting Plan: Large business offerors shall submit either an individual subcontracting plan and/or master subcontracting plan (if available) in accordance with FAR Clause 52.219-9 Small Business Subcontracting Plan (Nov 2021), DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) – Basic (Dec 2019) and DFARS 252.219-7004 Small Business Subcontracting Plan (Test Program) (May 2019). The offeror's small business subcontracting plan shall include, but is not limited to, detailing the commitment/targets for each category of small business, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, HUBZone, and women-owned small business concerns. The plan shall describe for each category the total value subcontracted expressed in dollars and percentage of total subcontracted value if an individual subcontracting plan. The plan shall also state the extent and nature of work to be performed by small business concerns, the method used to develop goals, the method used to locate potential suppliers, if the goals include indirect costs (if so, describe the cost allocation method) and describe the efforts the offeror will make to assure small businesses have an equitable opportunity to compete for subcontracts. If the planned goals do not meet or exceed DoD FY subcontracting goals found at https://business.defense.gov/About/Goals-and-Performance, substantial explanation/rationale shall be provided. The plan shall also provide the name and duties of the contractor's subcontracting plan administrator. **See attachments for details**

Deadline: 8/9/2028
Posted: 2/7/2024
Special Notice

AF CyberWorx Commercial Solutions Opening (CSO)

Requiring Agency Name: United States Air Force (AF) CyberWorx Commercial Solutions Opening Number: FA7000-23-S-C001 Commercial Solutions Opening Title: AF CyberWorx Commercial Solutions Opportunity (CSO) Commercial Solutions Opening Type: FA7000-23-S-C001 Amendment 0001 NAICS: 541511, Custom Computer Programming Services; 541519, Other Computer Related Services; 511210, Software Publishers; 541330,` Engineering Services; 541512, Computer Systems Design Services; 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology. THIS A HYBRID SOLICIATION AGAINST WHICH CALLS AND OPEN PERIODS CAN BE RELEASED. This CSO is open for Solution Brief submissions until 09 August 2028 or until superceded, to be updated annually and posted to Sam.gov. See the full text announcement below for instructions. 1. INTORDUCTION AND BACKGROUND AF CyberWorx is a problem-solving organization focused on human centered design that builds rapid prototypes to improve the user experience. It is located at the United States Air Force Academy (USAFA) in Colorado Springs, CO. USAFA is designated as a federal laboratory, with the unique position to establish various partnerships and agreements with academia and industry and is chartered with solving the AF’s mission problems by engaging users, industry, and academia in human centered design processes that result in solutions for the war fighter. There is interest in capturing the most creative and advanced technologies where the department can make use of defense specific projects and dual-use technologies to further its technological gain. In realizing the potential to leverage superiority in innovative technologies, AF CyberWorx endeavors to create valued partnerships by aligning itself with partners that assist in technology transfer/transition by spin-off technologies and guiding small business economic development with the primary goal of broadening the defense industrial base. This Commercial Solutions Opening (CSO) is a competitive solicitation seeking proposals for innovative, commercial technologies, and services that accelerate attainment of critical defense capabilities as detailed in Attachment 8. This CSO may result in the award of prototype projects, which include not only 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 defense application. 2. PURPOSE 2.1. This CSO is issued in accordance with DFARS Class Deviation 2022-O0007 and is a competitive solicitation of proposals focused on technologies to meet the AF CyberWorx’s mission. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) which will be posted as calls to this CSO. Nontraditional defense contractors and small businesses are encouraged to submit solution briefs or proposals under this CSO. 2.2. “Nontraditional Defense Contractors” is defined in 10 U.S.C. § 2302(9) as an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S.C. § 1502 and the regulations implementing such section. This includes all small business concerns under the criteria and size standards in 13 C.F.R, § 121. 2.3. "Innovative" means any technology, process, or method, including research and development that is new as of the date of submission of a proposal, or any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. 3. CSO APPROACH AND OVERVIEW 3.1. This CSO seeks innovative, commercial approaches to meet various technology objectives of AF CyberWorx. All items, technologies, and services acquired using a CSO will be treated as commercial items. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific AoI in Attachment 8 or posted as separate calls. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The AF also reserves the right to award Other Transactions (OT). 3.2. OT for Research, Prototype, and Production: Upon favorable review and available funds, the government may choose to award an OT for Research, Prototype, and Production as deemed appropriate for the transaction. The Agreements Officer will negotiate directly with the offeror on the terms and conditions of the OT, including payments, and will execute the OT on behalf of the government. Upon successful completion of a prototype project under an OT for Prototype agreement, the government and offeror may negotiate a follow-on production contract or agreement without further competition as authorized under 10 U.S.C. § 2371b(f). Any concept/technology/solution successfully proven through an OT for Prototype can be transitioned to production. Any resultant OT for Prototype awarded under this CSO will include language providing for the potential award of a follow-on production contract or agreement. 3.3. Awards resulting from this CSO will be made based on the evaluation results of a two or three phased proposal process described in Section 5. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds. 3.4. All coordination and communication between offerors and the Government will be conducted using (www.sam.gov) and the points of contact associated with this CSO, as specified in Section 4. 3.5. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 3.6. Access to unclassified sensitive or classified information is not anticipated for projects awarded under this CSO. 4. GENERAL INFORMATION 4.1. Points of Contact Questions regarding the content of this CSO must be addressed to the Contracting Office below. Attn: Contracting/Agreements Officer, 10 CONS/PKC 10CONS.PK.CyberWorx@us.af.mil 5. SUBMISSION INFORMATION 5.1. Submission Overview This CSO is open for Solution Brief submissions continuously or until superseded. Phase I submissions shall include both the Quad Chart and Solutions Brief prepared in accordance with the formats in Attachments 1 and 2 respectively. Subject to funding availability, all solution briefs will be evaluated IAW Attachment 7. Calls may be placed against the CSO and specific information related to due dates will be provided in each call. The calls may also include specific terms which apply to the call such as further technical details, cut-off date for solution briefs and quad charts and/or proposal submission and any pertinent information. Proposals or solution briefs submitted in response to calls should be submitted according to directions contained within each individual call and in accordance with this CSO. Offerors should monitor (www.sam.gov) for specific calls or amendments to this CSO. 5.2. Two or Three Phased Submission This CSO may be conducted in two OR three phases as follows: 5.2.1. Phase I Quad Chart and Solution Brief: Interested offerors must submit Quad Charts and Solution Briefs in accordance with instructions provided in this CSO. Phase I submissions will be evaluated against criteria as described in Attachment 7 of this CSO. All Quad Charts shall include the information indicated on the sample template in Attachment 1. The Solution Brief narrative expands on the Quad Chart presentation. Instructions for format and content are located in Attachment 2. Solution Briefs and quad chart submissions shall be sent to 10CONS.PK.CyberWorx@us.af.mil for review. All solution briefs must be unclassified. The government will not pay companies for the costs associated with solution brief submissions. 5.2.1.1. Notification of Selection. All offerors providing Phase I submissions will be contacted by the Government, either with an email letter informing them that the effort proposed is not of interest to the Government at this time or with a request for either a pitch session OR request for proposal by a specific date. 5.2.2. Phase II Pitch Session: Phase II submission will only be accepted from offerors who upon review of Phase I submissions, are invited by the Contracting Officer to a pitch session. In addition to the pitch, the government, at its discretion, may request an additional written submission to further supplement the information provided in the Phase I solution brief. Instructions for format and content are located in Attachment 3. Please note: The government reserves the right to forgo Phase II and go directly to Phase III. 5.2.3. Phase III Technical, Cost, and SOW Proposal: Phase III proposals will only be accepted from offerors who upon review of either Phase I or Phase II submission, are invited by the Contracting Officer to submit a full proposal (Technical, Cost, and Statement of Work (SOW)). In order to be considered for award under Phase III, offerors must be registered in the System for Award Management (SAM) at www.sam.gov, be considered responsible within the meaning of FAR Part 9.1, Responsible Prospective Contractors, have a satisfactory performance record, and otherwise be eligible for award based on federal law and regulation. 5.2.4. Proposal Submission: Upon notification for a proposal by the Contracting Officer, offerors will have 30 calendar days to prepare and submit a proposal in accordance with the format and instructions in Attachments 4-6. 5.2.5. Proposal Review, Evaluation and Selection Process: Each proposal will be evaluated by the Government and the proposal must stand on its own technical merit. Proposals will be evaluated in accordance with the evaluation criteria and process specified in Attachment 7. The primary basis for selecting proposals for acceptance shall be technical, importance to agency programs, and funds availability. In order to provide the desired evaluation, qualified Government personnel will conduct reviews and (if necessary) convene panels of experts in the appropriate areas. IAW Class Deviation 2022-O0007 price shall be considered to the extent appropriate, but at a minimum, to determine that the price is fair and reasonable. Proposals need not be evaluated against each other since they are not submitted in response to a common performance work statement or statement of work. 5.2.6. Small Business Subcontracting Plan: Large business offerors shall submit either an individual subcontracting plan and/or master subcontracting plan (if available) in accordance with FAR Clause 52.219-9 Small Business Subcontracting Plan (Nov 2021), DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) – Basic (Dec 2019) and DFARS 252.219-7004 Small Business Subcontracting Plan (Test Program) (May 2019). The offeror's small business subcontracting plan shall include, but is not limited to, detailing the commitment/targets for each category of small business, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, HUBZone, and women-owned small business concerns. The plan shall describe for each category the total value subcontracted expressed in dollars and percentage of total subcontracted value if an individual subcontracting plan. The plan shall also state the extent and nature of work to be performed by small business concerns, the method used to develop goals, the method used to locate potential suppliers, if the goals include indirect costs (if so, describe the cost allocation method) and describe the efforts the offeror will make to assure small businesses have an equitable opportunity to compete for subcontracts. If the planned goals do not meet or exceed DoD FY subcontracting goals found at https://business.defense.gov/About/Goals-and-Performance, substantial explanation/rationale shall be provided. The plan shall also provide the name and duties of the contractor's subcontracting plan administrator. **See attachments for details**

Deadline: 8/9/2028
Posted: 8/11/2023
Special Notice

AF CyberWorx Commercial Solutions Opening (CSO)

Requiring Agency Name: United States Air Force (AF) CyberWorx Commercial Solutions Opening Number: FA7000-23-S-C001 Commercial Solutions Opening Title: AF CyberWorx Commercial Solutions Opportunity (CSO) Commercial Solutions Opening Type: Initial announcement NAICS: 541511, Custom Computer Programming Services; 541519, Other Computer Related Services; 511210, Software Publishers; 541330,` Engineering Services; 541512, Computer Systems Design Services; 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology. THIS A HYBRID SOLICIATION AGAINST WHICH CALLS AND OPEN PERIODS CAN BE RELEASED. This CSO is open for Solution Brief submissions until 09 August 2028 or until superceded, to be updated annually and posted to Sam.gov. See the full text announcement below for instructions. 1. INTORDUCTION AND BACKGROUND AF CyberWorx is a problem-solving organization focused on human centered design that builds rapid prototypes to improve the user experience. It is located at the United States Air Force Academy (USAFA) in Colorado Springs, CO. USAFA is designated as a federal laboratory, with the unique position to establish various partnerships and agreements with academia and industry and is chartered with solving the AF’s mission problems by engaging users, industry, and academia in human centered design processes that result in solutions for the war fighter. There is interest in capturing the most creative and advanced technologies where the department can make use of defense specific projects and dual-use technologies to further its technological gain. In realizing the potential to leverage superiority in innovative technologies, AF CyberWorx endeavors to create valued partnerships by aligning itself with partners that assist in technology transfer/transition by spin-off technologies and guiding small business economic development with the primary goal of broadening the defense industrial base. This Commercial Solutions Opening (CSO) is a competitive solicitation seeking proposals for innovative, commercial technologies, and services that accelerate attainment of critical defense capabilities as detailed in Attachment 8. This CSO may result in the award of prototype projects, which include not only 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 defense application. 2. PURPOSE 2.1. This CSO is issued in accordance with DFARS Class Deviation 2022-O0007 and is a competitive solicitation of proposals focused on technologies to meet the AF CyberWorx’s mission. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) which will be posted as calls to this CSO. Nontraditional defense contractors and small businesses are encouraged to submit solution briefs or proposals under this CSO. 2.2. “Nontraditional Defense Contractors” is defined in 10 U.S.C. § 2302(9) as an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S.C. § 1502 and the regulations implementing such section. This includes all small business concerns under the criteria and size standards in 13 C.F.R, § 121. 2.3. "Innovative" means any technology, process, or method, including research and development that is new as of the date of submission of a proposal, or any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. 3. CSO APPROACH AND OVERVIEW 3.1. This CSO seeks innovative, commercial approaches to meet various technology objectives of AF CyberWorx. All items, technologies, and services acquired using a CSO will be treated as commercial items. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific AoI in Attachment 8 or posted as separate calls. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The AF also reserves the right to award Other Transactions (OT). 3.2. OT for Research, Prototype, and Production: Upon favorable review and available funds, the government may choose to award an OT for Research, Prototype, and Production as deemed appropriate for the transaction. The Agreements Officer will negotiate directly with the offeror on the terms and conditions of the OT, including payments, and will execute the OT on behalf of the government. Upon successful completion of a prototype project under an OT for Prototype agreement, the government and offeror may negotiate a follow-on production contract or agreement without further competition as authorized under 10 U.S.C. § 2371b(f). Any concept/technology/solution successfully proven through an OT for Prototype can be transitioned to production. Any resultant OT for Prototype awarded under this CSO will include language providing for the potential award of a follow-on production contract or agreement. 3.3. Awards resulting from this CSO will be made based on the evaluation results of a two or three phased proposal process described in Section 5. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds. 3.4. All coordination and communication between offerors and the Government will be conducted using (www.sam.gov) and the points of contact associated with this CSO, as specified in Section 4. 3.5. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 3.6. Access to unclassified sensitive or classified information is not anticipated for projects awarded under this CSO. 4. GENERAL INFORMATION 4.1. Points of Contact Questions regarding the content of this CSO must be addressed to the Contracting Office below. Attn: Contracting/Agreements Officer, 10 CONS/PKC 10CONS.CyberWorx@us.af.mil 5. SUBMISSION INFORMATION 5.1. Submission Overview This CSO is open for Solution Brief submissions continuously or until superseded. Phase I submissions shall include both the Quad Chart and Solutions Brief prepared in accordance with the formats in Attachments 1 and 2 respectively. Subject to funding availability, all solution briefs will be evaluated IAW Attachment 7. Calls may be placed against the CSO and specific information related to due dates will be provided in each call. The calls may also include specific terms which apply to the call such as further technical details, cut-off date for solution briefs and quad charts and/or proposal submission and any pertinent information. Proposals or solution briefs submitted in response to calls should be submitted according to directions contained within each individual call and in accordance with this CSO. Offerors should monitor (www.sam.gov) for specific calls or amendments to this CSO. 5.2. Two or Three Phased Submission This CSO may be conducted in two OR three phases as follows: 5.2.1. Phase I Quad Chart and Solution Brief: Interested offerors must submit Quad Charts and Solution Briefs in accordance with instructions provided in this CSO. Phase I submissions will be evaluated against criteria as described in Attachment 7 of this CSO. All Quad Charts shall include the information indicated on the sample template in Attachment 1. The Solution Brief narrative expands on the Quad Chart presentation. Instructions for format and content are located in Attachment 2. Solution Briefs and quad chart submissions shall be sent to 10CONS.CyberWorx@us.af.mil for review. All solution briefs must be unclassified. The government will not pay companies for the costs associated with solution brief submissions. 5.2.1.1. Notification of Selection. All offerors providing Phase I submissions will be contacted by the Government, either with an email letter informing them that the effort proposed is not of interest to the Government at this time or with a request for either a pitch session OR request for proposal by a specific date. 5.2.2. Phase II Pitch Session: Phase II submission will only be accepted from offerors who upon review of Phase I submissions, are invited by the Contracting Officer to a pitch session. In addition to the pitch, the government, at its discretion, may request an additional written submission to further supplement the information provided in the Phase I solution brief. Instructions for format and content are located in Attachment 3. Please note: The government reserves the right to forgo Phase II and go directly to Phase III. 5.2.3. Phase III Technical, Cost, and SOW Proposal: Phase III proposals will only be accepted from offerors who upon review of either Phase I or Phase II submission, are invited by the Contracting Officer to submit a full proposal (Technical, Cost, and Statement of Work (SOW)). In order to be considered for award under Phase III, offerors must be registered in the System for Award Management (SAM) at www.sam.gov, be considered responsible within the meaning of FAR Part 9.1, Responsible Prospective Contractors, have a satisfactory performance record, and otherwise be eligible for award based on federal law and regulation. 5.2.4. Proposal Submission: Upon notification for a proposal by the Contracting Officer, offerors will have 30 calendar days to prepare and submit a proposal in accordance with the format and instructions in Attachments 4-6. 5.2.5. Proposal Review, Evaluation and Selection Process: Each proposal will be evaluated by the Government and the proposal must stand on its own technical merit. Proposals will be evaluated in accordance with the evaluation criteria and process specified in Attachment 7. The primary basis for selecting proposals for acceptance shall be technical, importance to agency programs, and funds availability. In order to provide the desired evaluation, qualified Government personnel will conduct reviews and (if necessary) convene panels of experts in the appropriate areas. IAW Class Deviation 2022-O0007 price shall be considered to the extent appropriate, but at a minimum, to determine that the price is fair and reasonable. Proposals need not be evaluated against each other since they are not submitted in response to a common performance work statement or statement of work. 5.2.6. Small Business Subcontracting Plan: Large business offerors shall submit either an individual subcontracting plan and/or master subcontracting plan (if available) in accordance with FAR Clause 52.219-9 Small Business Subcontracting Plan (Nov 2021), DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) – Basic (Dec 2019) and DFARS 252.219-7004 Small Business Subcontracting Plan (Test Program) (May 2019). The offeror's small business subcontracting plan shall include, but is not limited to, detailing the commitment/targets for each category of small business, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, HUBZone, and women-owned small business concerns. The plan shall describe for each category the total value subcontracted expressed in dollars and percentage of total subcontracted value if an individual subcontracting plan. The plan shall also state the extent and nature of work to be performed by small business concerns, the method used to develop goals, the method used to locate potential suppliers, if the goals include indirect costs (if so, describe the cost allocation method) and describe the efforts the offeror will make to assure small businesses have an equitable opportunity to compete for subcontracts. If the planned goals do not meet or exceed DoD FY subcontracting goals found at https://business.defense.gov/About/Goals-and-Performance, substantial explanation/rationale shall be provided. The plan shall also provide the name and duties of the contractor's subcontracting plan administrator. **See attachments for details**

Deadline: 8/9/2028
Posted: 8/10/2023
Special Notice

Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)

This is a combined synopsis/solicitation for maintenance, repair, and inspection services for hoists in the Kaiserslautern Military Community (KMC), Germany. Please see attached documents for further information. POCs: 1. Beatrice Meier (beatrice.meier.1.de@us.af.mil) 2. TSgt Jon Hoseth (jon.hoseth@us.af.mil) 3. SrA Tristan Gallemore (tristan.gallemore@us.af.mil)

Deadline: 8/18/2028
Posted: 7/18/2025
Combined Synopsis/SolicitationNAICS: 811310.0

SU/MH/SOT in Portland, ME

The Federal Bureau of Prisons, Community Treatment Services (CTS) Contracting Office, Washington, D.C. is seeking a contractor to provide community-based outpatient substance use disorder, mental health, and sex offender treatment services to male and female Adults in Custody (AICs) in community placement residing in a Residential Reentry Center (RRC), on home confinement, or on Federal Location Monitoring or, if applicable, reporting to a Day Reporting Center, in Portland, Maine. All treatment services are to be provided by clinicians who currently hold a professional license to practice independently, without supervision, in the state of Maine. Services will be required to be performed within a five (5) mile radius of the Portland City Hall, 389 Congress Street, Portland, ME 04101 and within a one (1) mile distance to public transportation. Performance periods under this contract will be for a one-year base period estimated to begin on October 1, 2025, with four (4) one-year option periods (i.e., Base Year; Option Year One, Option Year Two, Option Year Three, and Option Year Four). The services shall be in accordance with the Federal Bureau of Prisons (Bureau) Statement of Work, Community Treatment Services, 2022. The Request for Quote will be available on or after July 21, 2025, and will be distributed solely through the General Services Administration’s SAM.gov web site (https: //www.SAM.gov) Hard copies of the Request for Quote will not be available. The SAM.gov site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The estimated closing date will be on or about August 20, 2025, 12:00 pm EST. This requirement will be set-aside for Small Business. The Bureau anticipates awarding a firm-fixed price, IDIQ contract. Questions concerning this Solicitation Notice can be directed to Coretta MaGee, Contract Specialist cmagee@bop.gov and Robert Carroll, Senior Contracting Officer, r1carroll@bop.gov via email until August 8, 2025. Please have the Notice ID in the Subject line of all email correspondence.

Deadline: 8/20/2028
Posted: 7/21/2025
SolicitationNAICS: 621420.0

Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)

Please see Amendment 0001 to combined synopsis/solicitation. PLEASE NOTE THAT THE SOLICITATION NUMBER HAS BEEN UPDATED TO FA5613-25-Q-0016, FOR POSTING PURPOSES, THE FILE NAMES SHOW THE OLD NUMBER FA5613-25-Q-0028. The below documents are being issued: - AMDMT 0001, which contains the amendment information - FA5613-25-Q-0028_1_0001, Combined Synopsis/Solicitation - FA5613-25-Q-0028_2_0001, Combined Synopsis/Solicitation - Atch 1 PWS Hoists 6Aug - QAs FA5613-25-Q-0028, which contains the questions and answers provided for this requirement - MFR Site Visit Minutes 31Jul25 - Attendance List 31Jul25 POCs: 1. Beatrice Meier (beatrice.meier.1.de@us.af.mil) 2. TSgt Jon Hoseth (jon.hoseth@us.af.mil) 3. SrA Tristan Gallemore (tristan.gallemore@us.af.mil) This is a combined synopsis/solicitation for maintenance, repair, and inspection services for hoists in the Kaiserslautern Military Community (KMC), Germany. Please see attached documents for further information. POCs: 1. Beatrice Meier (beatrice.meier.1.de@us.af.mil) 2. TSgt Jon Hoseth (jon.hoseth@us.af.mil) 3. SrA Tristan Gallemore (tristan.gallemore@us.af.mil)

Deadline: 8/22/2028
Posted: 8/14/2025
Combined Synopsis/SolicitationNAICS: 811310.0

Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems

THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE SUPPLY CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Healthcare Contracting Division – West (HCD-W), intends to award a one-time, firm fixed price contract to procure badge access system, duress alarm system, and bathroom panic button system for use in the Mental Health Department/Crisis Stabilization Program at Naval Hospital Guam-Agana (NHGA) in accordance with the Federal Acquisition Regulation (FAR) 13.501(a) Sole Source/Brand Name acquisitions and FAR 13.1061(b)(1)(i), only one source being available to meet the Government’s needs, to: G4S Security Systems (Guam), Inc. 130 E Marine Corp Drive STE 101 Hagatna, Guam 96910-5112 The North American Industry Classification System (NAICS) code for this requirement is 561621 – Security Systems Services (except Locksmiths); the business size standard is $25 million. The Product Service Code (PSC) is 6350 – Miscellaneous Alarm, Signal, and Security Detection Systems. The objective of this sole source award is to procure equipment and installation of badge access and duress, and panic alarm systems used in Naval Hospital Guam-Agana. G4S Security Systems (Guam), Inc. is the only vendor able to fulfill the Government's requirements as new badge readers and alarm systems need to integrate into the existing hospital-wide system. G4S is the only authorized vendor able to provide systems that are compatible with the existing WinPak security framework in NH Guam-Agana. There is no reasonable expectation of receiving quotes from two or more small businesses. The proposed acquisition strategy is to justify as an Other Than Full and Open procurement on a sole source basis. Delivery date: 30 September 2025 G4S Security Systems (Guam), Inc. is the only source that can meet the Government’s minimum requirements to provide the requested equipment and installation mentioned above at NHGA. This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required software for NHGA. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Cha-on P. Gordon Email: cha-on.p.gordon2.civ@health.mil The closing date for challenges is no later than 1000 Pacific Standard Time, Thursday, 28 August 2025. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.

Deadline: 8/28/2028
Posted: 8/21/2025
Special NoticeNAICS: 561621.0

Cellphone Accessories for the U.S. Embassy Kyiv

Vendors will find requirements and submit quotes through UNISON, no bids outside UNISON will be accepted.

Deadline: 8/29/2028
Posted: 8/20/2025
SolicitationNAICS: 339940.0

OFF BASE PRIORITY CHILD CARE REFERRALS

AMENDMENT 2 - The purpose of this amendment is to update the points of contact for this requirement. AMENDMENT 1 - The purpose of this amendment is to revise Attachment 3 - Technical Information_21 July 23, now Attachment 3 - Technical Information _12 Sept 23_ amended, item #2 and display such edits throughout the RFQ as applicable. Department of Defense (DoD), Space Base Delta 1’s (SBD1) 21st Force Support Squadron (FSS) at PSFB, Colorado Springs, CO is requesting pricing for childcare services In Accordance With (IAW) specifications identified in this Request for Quote (RFQ). These services will consist of the referral of childcare slots to off base child care facilities to support the mission needs of PSFB. 21 FSS will secure monthly childcare spots broken into age groups as offered by the commercial childcare facility. Vendor will provide said services IAW Attachment 1 - Statement of Work and Attachment 2 - Colorado Child Care Regulations. The Government intends to establish multiple blanket purchase agreements (BPA) with several vendors as a result of this solicitation. Each provider that is approved will have a profile under militarychildcare.com (MCC.com). Families can request care through MCC.com, just like they would to attend the on-base Child Care Development Centers. When providers have openings, 21 FSS will offer spots through MCC.com, thus able to follow the DoD priority system. This process will provide parents the choice if they want to utilize the Child Care Referral or not. Only a written quote will be accepted in response to this RFQ; no oral offer will be accepted.

Deadline: 8/30/2028
Posted: 5/2/2024
SolicitationNAICS: 624410.0

Mentor Protégé Program Broad Agency Announcement

The Missile Defense Agency (MDA) has established the following Mentor-Protégé Program (MPP) Broad Agency Announcement (BAA) to solicit eligible mentor and protégé firms for participation in the Department of Defense (DoD) MPP in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 219.71, Pilot Mentor-Protégé Program and DFARS Appendix I, Policy and Procedures for the DoD Pilot Mentor Protégé Program. NOTE: The MPP was made permanent under the Fiscal Year 2023 National Defense Authorization Act (NDAA). This is a Two-Step Open BAA issued under the provisions of FAR 6.102(d)(2), which provides for the competitive selection of research proposals. The following information is relative to Step-One, submission of white papers. MDA will contact those offerors whose white papers are selected to proceed to Step-Two, submission of a formal proposal, subject to availability of funds. Formal proposals are not being accepted at this time. DO NOT submit a formal proposal until requested by the DoD Office of Small Business Programs MPP intermediary, Move America, Inc. See attachment for full details on this announcement.

Deadline: 8/30/2028
Posted: 8/26/2025
RFINAICS: 541715.0

Mentor Protégé Program Broad Agency Announcement

The Missile Defense Agency (MDA) has established the following Mentor-Protégé Program (MPP) Broad Agency Announcement (BAA) to solicit eligible mentor and protégé firms for participation in the Department of Defense (DoD) MPP in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 219.71, Pilot Mentor-Protégé Program and DFARS Appendix I, Policy and Procedures for the DoD Pilot Mentor Protégé Program. NOTE: The MPP was made permanent under the Fiscal Year 2023 National Defense Authorization Act (NDAA). This is a Two-Step Open BAA issued under the provisions of FAR 6.102(d)(2), which provides for the competitive selection of research proposals. The following information is relative to Step-One, submission of white papers. MDA will contact those offerors whose white papers are selected to proceed to Step-Two, submission of a formal proposal, subject to availability of funds. Formal proposals are not being accepted at this time. DO NOT submit a formal proposal until requested by the DoD Office of Small Business Programs MPP intermediary, Move America, Inc. See attachment for full details on this announcement.

Deadline: 8/30/2028
Posted: 8/26/2025
RFINAICS: 541715.0

48-DAY DRY CARGO TIME CHARTER

SEE ATTACHED SOURCES SOUGHT NOTICE N32205-SS-N321-25-108.

Deadline: 9/8/2028
Posted: 9/2/2025
RFINAICS: 483111.0

Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)

We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 5 posted on December 18, 2024. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.

Deadline: 9/25/2028
Posted: 12/18/2024
SolicitationNAICS: 541714.0

Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)

We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 4 posted on May 31, 2024. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.

Deadline: 9/25/2028
Posted: 5/31/2024
SolicitationNAICS: 541714.0

Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)

We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 3 posted on March 29, 2024. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.

Deadline: 9/25/2028
Posted: 4/23/2024
SolicitationNAICS: 541714.0

Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)

We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 3 posted on March 29, 2024. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.

Deadline: 9/25/2028
Posted: 3/29/2024
SolicitationNAICS: 541714.0

Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)

We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 2 posted on December 22, 2023. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.

Deadline: 9/25/2028
Posted: 12/22/2023
SolicitationNAICS: 541714.0

Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)

We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 1 posted on November 9, 2023. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.

Deadline: 9/25/2028
Posted: 11/9/2023
SolicitationNAICS: 541714.0

Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)

We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is posted on September 26, 2023. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.

Deadline: 9/25/2028
Posted: 9/26/2023
SolicitationNAICS: 541714.0

Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)

We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 6 posted on May 29, 2025. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.

Deadline: 9/25/2028
Posted: 5/29/2025
SolicitationNAICS: 541714.0

CHEERS MAA Open Period 3 - All Technical Areas, 10 U.S.C 3458 - Commercial Solutions Opening (CSO)

Solicitation: FA238424S2336, "Open Period 3 - All Technical Areas" Solicitation Authority: 10 U.S.C. 3458 - Commercial Solutions Opening (CSO) Related Notice: Multiple Authority Announcement (MAA) FA238424S2233, "Continuing Human Enabling, Enhancing, Restoring and Sustaining (CHEERS)" List of Attachments: 1. "Open Period Solicitation 3" 2. "Attachment 1 - List of Provisions and Clauses"

Deadline: 9/30/2028
Posted: 7/29/2024
SolicitationNAICS: 541715.0

UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026

Amendment-Due to the Government shutdown, the due date for the submission of Whitepapers for Call 001-2026 is extended to December 12, 2025, 3:00 pm EST via email to Scott.E.Raber@faa.gov. Question and Answers will be posted following the end of the Government shutdown. Continue to monitor this posting for any updates. ______________________________________________________________ Call 001-2026 is issued for this BAA. Call 001-2026 attachment details instructions for submittal to the Call. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. In an effort to streamline the questions and answer process, the FAA requests that potential Offerors review the BAA and Call in their entirety prior to submitting questions. Technical questions must be received no later than October 17, 2025, 3:00 pm EST and must be submitted via email to the Contracting Officer at Scott.E.Raber@faa.gov. Questions received after this time and date may not be considered. Questions and answers will be posted to SAM.gov. Whitepapers are due no later than November 14, 2025, 3:00 pm EST via email to Scott.E.Raber@faa.gov. All interested parties are advised to follow the www.Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. ______________________________________________________________ This announcement is released to inform all interested parties of Broad Agency Announcement (BAA), solicitation number 697DCK-25-R-00278. This BAA is sponsored by the Federal Aviation Administration (FAA), Unmanned Aircraft Systems Integration Office (AUS). This BAA will be open through September 30, 2028, unless terminated sooner. This BAA includes integration interests from the AUS, which is located in Washington D.C. In accordance with the instructions within the BAA, White papers may be submitted at any time during the life of this BAA, as well as in direct response to a specific BAA Call. Call 001 is forthcoming and interested parties should monitor this posting on Sam.gov for updates. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. All interested parties are advised to follow the Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. If you're viewing this announcement from a source other than Sam.gov, visit Sam.gov to view the original announcement.

Deadline: 9/30/2028
Posted: 11/5/2025
SolicitationNAICS: 541715.0

UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026

Call 001-2026 is issued for this BAA. Call 001-2026 attachment details instructions for submittal to the Call. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. In an effort to streamline the questions and answer process, the FAA requests that potential Offerors review the BAA and Call in their entirety prior to submitting questions. Technical questions must be received no later than October 17, 2025, 3:00 pm EST and must be submitted via email to the Contracting Officer at Scott.E.Raber@faa.gov. Questions received after this time and date may not be considered. Questions and answers will be posted to SAM.gov. Whitepapers are due no later than November 14, 2025, 3:00 pm EST via email to Scott.E.Raber@faa.gov. All interested parties are advised to follow the www.Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. ______________________________________________________________ This announcement is released to inform all interested parties of Broad Agency Announcement (BAA), solicitation number 697DCK-25-R-00278. This BAA is sponsored by the Federal Aviation Administration (FAA), Unmanned Aircraft Systems Integration Office (AUS). This BAA will be open through September 30, 2028, unless terminated sooner. This BAA includes integration interests from the AUS, which is located in Washington D.C. In accordance with the instructions within the BAA, White papers may be submitted at any time during the life of this BAA, as well as in direct response to a specific BAA Call. Call 001 is forthcoming and interested parties should monitor this posting on Sam.gov for updates. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. All interested parties are advised to follow the Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. If you're viewing this announcement from a source other than Sam.gov, visit Sam.gov to view the original announcement.

Deadline: 9/30/2028
Posted: 10/2/2025
SolicitationNAICS: 541715.0

UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278

This announcement is released to inform all interested parties of Broad Agency Announcement (BAA), solicitation number 697DCK-25-R-00278. This BAA is sponsored by the Federal Aviation Administration (FAA), Unmanned Aircraft Systems Integration Office (AUS). This BAA will be open through September 30, 2028, unless terminated sooner. This BAA includes integration interests from the AUS, which is located in Washington D.C. In accordance with the instructions within the BAA, White papers may be submitted at any time during the life of this BAA, as well as in direct response to a specific BAA Call. Call 001 is forthcoming and interested parties should monitor this posting on Sam.gov for updates. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. All interested parties are advised to follow the Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. If you're viewing this announcement from a source other than Sam.gov, visit Sam.gov to view the original announcement.

Deadline: 9/30/2028
Posted: 9/30/2025
SolicitationNAICS: 541715.0

SKI ASSEMBLY, LANDING

AMENDED SOURCES SOUGHT - SOLICITATION NUMBER CHANGED THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. The proposed North American Industry Classification Systems (NAICS) Code is 336413 which has a corresponding Size Standard of 1250 employees. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of a SKI ASSEMBLY, LANDING; NSN: 1630-00-912-3166, Part Number: 114SS662-11 in support of the CH-47 Turbine Engine (T55) weapon system. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) having only a limited number of responsible sources. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by emailing inquiries to: usarmy.redstone.devcom-avm.mbx.amr-ss-sar@army.mil and select AMCOM Spare Parts Manufacturer or Distributor SAR. The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in any future solicitation issued, at the unit prices established at the time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance. DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

Deadline: 10/16/2028
Posted: 10/14/2025
RFI

Generally Unconstrained Intelligence Drug Engineering (GUIDE) collaboration between U.S. interagency, academic and industry partners

W911SR-25-S-GUIDE Notice Type: Special Announcement Synopsis: This is a solicitation for parties interested in participating in projects sought by the The Joint Project Lead Chemical, Biological, Radiological, and Nuclear Defense Enabling Biotechnologies (JPL-CBRND-EB) (JPL EB). JPL EB has the mission to accelerate the delivery of medical countermeasures to the warfighter through the development and implementation of platform systems. Generally Unconstrained Intelligence Drug Engineering (GUIDE) is an integrated computational and experimental platform designed to accelerate medical countermeasure development. GUIDE harnesses the power of advanced simulation and machine learning to enable preparedness and facilitate rapid response to protect the warfighter from a diverse and dynamic threat space. GUIDE impacts the discovery and design of biological products (e.g., monoclonal antibodies and vaccines) as well as small molecule drugs by simultaneously optimizing critical quality attributes of safety, efficacy, manufacturability and pharmacokinetics/pharmacodynamics while concurrently accounting for critical design attributes affecting developability and biophysical properties. GUIDE is a collaboration between U.S. interagency, academic and industry partners and is closely linked to the Accelerated Antibodies, Rapid Access to Products in Development (RAPID), Vaccine Acceleration by Modular Progression (VAMP), and Rapid Acquisition and Investigation of Drugs for Repurposing (RAIDR) programs. Additional information may be found at: https://armyeitaas.sharepoint-mil.us/sites/usaasc-jpeocbrnd The GUIDE Program will be carried out under the terms of a Participant Basic Agreement (PBA). The PBA is available for qualified entities interested in participating. Entities wishing to participate shall submit an email requesting participation to the Primary Point of Contact identified below demonstrating technical relevancy and ecency in development of Medical Countermeasures. Material that is only advertisement or marketing material in nature is not desired. Entities requesting participation will be reviewed by the program office to determine their technical relevance to the program, and subsequently invited to participate as a qualified entity. Projects awarded resulting from participation in the GUIDE Program may be awarded under authority 10 U.S.C. 4022 and 10 U.S.C. 4023. Agreements awarded pursuant to 10 U.S.C. 4022 and 10 U.S.C. 4023 will NOT be made or issued under the provisions of the Competition in Contracting Act of 1984 (P.L. 98-369), FAR Part 6 or any other FAR based regulation. The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Edgewood Contracting Division is supporting JPL EB in the execution of the GUIDE Program. Primary Point of Contacts: Richard Totten Email Address: Richard.w.totten2.civ@army.mil Joseph McCaffery Email Address: joseph.w.mccaffery2.civ@army.mil Alexander Mallette Email Address: alexander.z.mayatte.civ@army.mil Please send technical and administrative questions and inquiries to the Primary Point of Contacts to facilitate communication on all matters relating to this Announcement. The Government is prohibited from soliciting and awarding actions to contractors that have engaged or are suspected to have engaged in criminal, fraudulent, or seriously improper conduct. Prospective vendors shall complete electronic annual representations and certifications at SAM. There is a requirement that prospective awardees MUST be registered in the System for Award Management (SAM) database prior to submitting an invoice and through final payment of any agreement resulting from any award. Vendors that are not registered should consider applying for registration immediately. To remain registered in the SAM database after the initial registration, the Vendors is required to review and update on an annual basis from the date of initial registration (or subsequent updates) its information in the SAM database to ensure it is current, accurate and complete. This notification is for planning purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited.

Deadline: 10/18/2028
Posted: 10/18/2024
Special NoticeNAICS: 541715.0

. Generally Unconstrained Intelligence Drug Engineering (GUIDE) collaboration between U.S. interagency, academic and industry partners

W911SR-25-S-GUIDE Notice Type: Special Announcement Synopsis: This is a solicitation for parties interested in participating in projects sought by the The Joint Project Lead Chemical, Biological, Radiological, and Nuclear Defense Enabling Biotechnologies (JPL-CBRND-EB) (JPL EB). JPL EB has the mission to accelerate the delivery of medical countermeasures to the warfighter through the development and implementation of platform systems. Generally Unconstrained Intelligence Drug Engineering (GUIDE) is an integrated computational and experimental platform designed to accelerate medical countermeasure development. GUIDE harnesses the power of advanced simulation and machine learning to enable preparedness and facilitate rapid response to protect the warfighter from a diverse and dynamic threat space. GUIDE impacts the discovery and design of biological products (e.g., monoclonal antibodies and vaccines) as well as small molecule drugs by simultaneously optimizing critical quality attributes of safety, efficacy, manufacturability and pharmacokinetics/pharmacodynamics while concurrently accounting for critical design attributes affecting developability and biophysical properties. GUIDE is a collaboration between U.S. interagency, academic and industry partners and is closely linked to the Accelerated Antibodies, Rapid Access to Products in Development (RAPID), Vaccine Acceleration by Modular Progression (VAMP), and Rapid Acquisition and Investigation of Drugs for Repurposing (RAIDR) programs. Additional information may be found at: https://armyeitaas.sharepoint-mil.us/sites/usaasc-jpeocbrnd The GUIDE Program will be carried out under the terms of a Participant Basic Agreement (PBA). The PBA is available for qualified entities interested in participating. Entities wishing to participate shall submit an email requesting participation to the Primary Point of Contact identified below demonstrating technical relevancy and ecency in development of Medical Countermeasures. Material that is only advertisement or marketing material in nature is not desired. Entities requesting participation will be reviewed by the program office to determine their technical relevance to the program, and subsequently invited to participate as a qualified entity. Projects awarded resulting from participation in the GUIDE Program may be awarded under authority 10 U.S.C. 4022 and 10 U.S.C. 4023. Agreements awarded pursuant to 10 U.S.C. 4022 and 10 U.S.C. 4023 will NOT be made or issued under the provisions of the Competition in Contracting Act of 1984 (P.L. 98-369), FAR Part 6 or any other FAR based regulation. The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Edgewood Contracting Division is supporting JPL EB in the execution of the GUIDE Program. Primary Point of Contacts: Richard Totten Email Address: Richard.w.totten2.civ@army.mil Joseph McCaffery Email Address: joseph.w.mccaffery2.civ@army.mil Alexander Mallette Email Address: alexander.z.mayatte.civ@army.mil Please send technical and administrative questions and inquiries to the Primary Point of Contacts to facilitate communication on all matters relating to this Announcement. The Government is prohibited from soliciting and awarding actions to contractors that have engaged or are suspected to have engaged in criminal, fraudulent, or seriously improper conduct. Prospective vendors shall complete electronic annual representations and certifications at SAM. There is a requirement that prospective awardees MUST be registered in the System for Award Management (SAM) database prior to submitting an invoice and through final payment of any agreement resulting from any award. Vendors that are not registered should consider applying for registration immediately. To remain registered in the SAM database after the initial registration, the Vendors is required to review and update on an annual basis from the date of initial registration (or subsequent updates) its information in the SAM database to ensure it is current, accurate and complete. This notification is for planning purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited.

Deadline: 10/18/2028
Posted: 10/18/2024
Special NoticeNAICS: 541715.0

Generative Unconstrained Intelligence Drug Engineering (GUIDE) collaboration between U.S. interagency, academic and industry partners

W911SR-25-S-GUIDE Notice Type: Special Announcement Synopsis: This is a solicitation for parties interested in participating in projects sought by the The Joint Project Lead Chemical, Biological, Radiological, and Nuclear Defense Enabling Biotechnologies (JPL-CBRND-EB) (JPL EB). JPL EB has the mission to accelerate the delivery of medical countermeasures to the warfighter through the development and implementation of platform systems. Generative Unconstrained Intelligence Drug Engineering (GUIDE) is an integrated computational and experimental platform designed to accelerate medical countermeasure development. GUIDE harnesses the power of advanced simulation and machine learning to enable preparedness and facilitate rapid response to protect the warfighter from a diverse and dynamic threat space. GUIDE impacts the discovery and design of biological products (e.g., monoclonal antibodies and vaccines) as well as small molecule drugs by simultaneously optimizing critical quality attributes of safety, efficacy, manufacturability and pharmacokinetics/pharmacodynamics while concurrently accounting for critical design attributes affecting developability and biophysical properties. GUIDE is a collaboration between U.S. interagency, academic and industry partners and is closely linked to the Accelerated Antibodies, Rapid Access to Products in Development (RAPID), Vaccine Acceleration by Modular Progression (VAMP), and Rapid Acquisition and Investigation of Drugs for Repurposing (RAIDR) programs. Additional information may be found at: https://armyeitaas.sharepoint-mil.us/sites/usaasc-jpeocbrnd The GUIDE Program will be carried out under the terms of a Participant Basic Agreement (PBA). The PBA is available for qualified entities interested in participating. Entities wishing to participate shall submit an email requesting participation to the Primary Point of Contact identified below demonstrating technical relevancy and ecency in development of Medical Countermeasures. Material that is only advertisement or marketing material in nature is not desired. Entities requesting participation will be reviewed by the program office to determine their technical relevance to the program, and subsequently invited to participate as a qualified entity. Projects awarded resulting from participation in the GUIDE Program may be awarded under authority 10 U.S.C. 4022 and 10 U.S.C. 4023. Agreements awarded pursuant to 10 U.S.C. 4022 and 10 U.S.C. 4023 will NOT be made or issued under the provisions of the Competition in Contracting Act of 1984 (P.L. 98-369), FAR Part 6 or any other FAR based regulation. The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Edgewood Contracting Division is supporting JPL EB in the execution of the GUIDE Program. Primary Point of Contacts: Richard Totten Email Address: Richard.w.totten2.civ@army.mil Joseph McCaffery Email Address: joseph.w.mccaffery2.civ@army.mil Alexander Mallette Email Address: alexander.z.mayatte.civ@army.mil Please send technical and administrative questions and inquiries to the Primary Point of Contacts to facilitate communication on all matters relating to this Announcement. The Government is prohibited from soliciting and awarding actions to contractors that have engaged or are suspected to have engaged in criminal, fraudulent, or seriously improper conduct. Prospective vendors shall complete electronic annual representations and certifications at SAM. There is a requirement that prospective awardees MUST be registered in the System for Award Management (SAM) database prior to submitting an invoice and through final payment of any agreement resulting from any award. Vendors that are not registered should consider applying for registration immediately. To remain registered in the SAM database after the initial registration, the Vendors is required to review and update on an annual basis from the date of initial registration (or subsequent updates) its information in the SAM database to ensure it is current, accurate and complete. This notification is for planning purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited.

Deadline: 10/18/2028
Posted: 6/13/2025
Special NoticeNAICS: 541715.0

AFRL/RX Functional Materials Open BAA

Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications.

Deadline: 10/26/2028
Posted: 12/8/2023
SolicitationNAICS: 54171.0

AFRL/RX Functional Materials Open BAA

Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications.

Deadline: 10/26/2028
Posted: 12/8/2023
SolicitationNAICS: 54171.0

AFRL/RX Functional Materials Open BAA

Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications.

Deadline: 10/26/2028
Posted: 12/8/2023
SolicitationNAICS: 54171.0

AFRL/RX Functional Materials Open BAA

Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications. Please see Amendments 1-3 for updates. Amendment 3 provides the most current updates.

Deadline: 10/28/2028
Posted: 4/11/2025
SolicitationNAICS: 54171.0

FY26 Willapa Harbor Maintenance Dredging

PRE-SOLICITATION NOTICE This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing to the Point of Contact(s) indicated below. Construction Project: FY26 Willapa Harbor Maintenance Dredging Pre-solicitation Notice Number: W912DW26Z1ATA The magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The resulting contract will be firm-fixed-price. FY26 Willapa Harbor Maintenance Dredging Project Details: USACE Seattle District has a need for a construction dredging, project entitled FY26 Willapa Harbor Maintenance Dredging, Willapa Harbor, WA at three federal navigation features in Willapa Bay, Washington: (1) the entrance to Tokeland Marina; (2) the entrance channel to Nahcotta; and (3) the Bay Center entrance channel and basin. The work is anticipated to begin in July 2026 and all in-water work must be completed by 15 Feb 2027. The project will require dredging via mechanical (clamshell) means to remove approximately 180,000 CY of accumulated sediment across the three project features. The minimum required dredging depth varies from -10 ft (Bay Center and Nahcotta) to -15 ft MLLW (Tokeland). In addition, dredging of approximately 10,000 CY may be required to a minimum depth of -9 ft MLLW in the Palix River thalweg to ensure sufficient water depths for the dredge, scow, and tugboats to transit to/from Bay Center and the disposal sites. This amount has the potential to change due to the dynamic nature of the Palix River at its confluence with Willapa Bay. Dredged material will be disposed via bottom-dump barge at the Cape Shoalwater and/or South Channel open-water disposal locations within Willapa Bay. The work window varies by project features, but ranges between 16 July through 15 Feb of any given calendar year for each specific project feature. The in-water work windows are as follows: • Tokeland Marina: 16 July 2026 through 15 February 2027 • Nahcotta: 16 July 2026 through 01 February 2027 • Bay Center and Palix River: 16 July 2026 through 30 September 2026 Access to/from Willapa Bay requires transit of the Willapa Bar, an unmaintained and unprotected entrance from the Pacific Ocean with dynamic shoals, strong tidal currents, and challenging weather conditions. Furthermore, marine transit within Willapa Bay between project features and dredged material disposal sites requires transit through similar unmaintained and often shallow water depths. Potential risk exists for vessel groundings or accidents. Aids-to-Navigation across the Willapa bar have been removed as they are no longer reliable due to dynamic shoaling conditions. In all locations, shoals are present and shift depending on environmental conditions including tides and storms. This performance window includes the worst season for storm and marine conditions. Contractors should expect difficult mobilization, demobilization, and construction conditions. See the forthcoming solicitation for details about bid submission and virtual bid opening. The NAICS code for this procurement is 237990, Dredging and Surface Cleanup, and the associated small business size standard is $37,000,000 in average annual receipts. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.beta.SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the ‘Add Me to Interested Vendors’ button in the listing for this solicitation on www.beta.SAM.gov. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.

Deadline: 11/5/2028
Posted: 10/17/2025
PresolicitationNAICS: 237990.0

BPA - Electrical and Electronic Components PSC 5999

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5999, NAICS 335999, MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camachocardo) – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 335999.0

BPA - Clothing, Special Purpose PSC 8415

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 8415, NAICS 315990, CLOTHING, SPECIAL PURPOSE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 315990.0

BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code U001, NAICS 611710, LECTURES FOR TRAINING PSC/FSC Code U002, NAICS 611710, ERSONNEL TESTING PSC/FSC Code U004, NAICS 611710, SCIENTIFIC/MANAGEMENT PSC/FSC Code U005, NAICS 611710, TUITION/REG/MEMB FEES PSC/FSC Code U006, NAICS 611710, VOCATIONAL/TECHNICAL PSC/FSC Code U008, NAICS 611710, TRAINING/CURRICULUM DEVELOPMENT PSC/FSC Code U009, NAICS 611710, EDUCATION SERVICES PSC/FSC Code U012, NAICS 611710, INFORMATION TRAINING PSC/FSC Code U014, NAICS 611710, EDUCATION/TRAINING- SECURITY PSC/FSC Code U099, NAICS 611710, OTHER ED & TRNG SVCS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 4/8/2024
Combined Synopsis/SolicitationNAICS: 611710.0

BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC CODE 6810, NAICS 325199, CHEMICALS PSC/FSC Code 6830, NAICS 325199, GASES: COMPRESSED AND LIQUEFIED We are looking for the following chemicals: Argon Nitrogen Helium Oxygen Air Nitrous Oxide (dip tube tanks) Methane Ethylene Ethane Hydrogen BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 2/1/2024
Combined Synopsis/SolicitationNAICS: 325199.0

BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5510, NAICS 423310, LUMBER AND RELATED BASIC WOOD MATERIALS PSC/FSC Code 5520, NAICS 423310, MILLWORK PSC/FSC Code 5530, NAICS 423310, PLYWOOD AND VENEER BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 12/21/2023
Combined Synopsis/SolicitationNAICS: 423310.0

BPA - X-RAY FILM AND SUPPLIES PSC 6525

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6525, NAICS 325992, X-RAY EQ SUPPLIES Below is some of the items that we will be procuring: Radiographic Film Below is our current requirement but, however are requirement could change as needed:. Carestream T200 14x17 NIF (6549463) Carestream MX125 14x17 NIF (6549455) AGFA D5 14x17 NIF (LHVLU) AGFA D4 14x17 NIF (LHQ9N) Radiographic Processing Chemicals The below chemicals are utilized in the processing of X-ray film Agfa G135 Industrial X Ray Developer Replenisher Kit Agfa G335 Industrial X Ray Fixer Kit Agfa RP Developer Starter Clear Image Radiographic Cleaner BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached). X-ray film will have a separate attachment documenting requirements.

Deadline: 11/11/2028
Posted: 11/28/2023
Combined Synopsis/SolicitationNAICS: 325992.0

BPA - X-RAY FILM AND SUPPLIES

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6525, NAICS 325992, X-RAY EQ SUPPLIES Below is some of the items that we will be procuring: Radiographic Film Below is our current requirement but, however are requirement could change as needed:. Carestream T200 14x17 NIF (6549463) Carestream MX125 14x17 NIF (6549455) AGFA D5 14x17 NIF (LHVLU) AGFA D4 14x17 NIF (LHQ9N) Radiographic Processing Chemicals The below chemicals are utilized in the processing of X-ray film Agfa G135 Industrial X Ray Developer Replenisher Kit Agfa G335 Industrial X Ray Fixer Kit Agfa RP Developer Starter Clear Image Radiographic Cleaner BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached). X-ray film will have a separate attachment documenting requirements.

Deadline: 11/11/2028
Posted: 11/28/2023
Combined Synopsis/SolicitationNAICS: 325992.0

BPA - GASES: COMPRESSED AND LIQUEFIED PSC 6830

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6830, NAICS 325199, GASES: COMPRESSED AND LIQUEFIED We are looking for the following chemicals: Argon Nitrogen Helium Oxygen Air Nitrous Oxide (dip tube tanks) Methane Ethylene Ethane Hydrogen BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 325199.0

BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6640, NAICS 334516, LABORATORY EQUIPMENT AND SUPPLIES BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 334516.0

BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code U001, NAICS 611710, LECTURES FOR TRAINING PSC/FSC Code U002, NAICS 611710, ERSONNEL TESTING PSC/FSC Code U004, NAICS 611710, SCIENTIFIC/MANAGEMENT PSC/FSC Code U005, NAICS 611710, TUITION/REG/MEMB FEES PSC/FSC Code U006, NAICS 611710, VOCATIONAL/TECHNICAL PSC/FSC Code U008, NAICS 611710, TRAINING/CURRICULUM DEVELOPMENT PSC/FSC Code U009, NAICS 611710, EDUCATION SERVICES PSC/FSC Code U012, NAICS 611710, INFORMATION TRAINING PSC/FSC Code U014, NAICS 611710, EDUCATION/TRAINING- SECURITY PSC/FSC Code U099, NAICS 611710, OTHER ED & TRNG SVCS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 611710.0

BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5305, NAICS 332722, SCREWS PSC/FSC Code 5306, NAICS 332722, BOLTS PSC/FSC Code 5307, NAICS 332722, STUDS PSC/FSC Code 5310, NAICS 332722, NUTS AND WASHERS PSC/FSC Code 5315, NAICS 332722, NAILS, MACHINE KEYS, AND PINS PSC/FSC Code 5320, NAICS 332722, RIVETS PSC/FSC Code 5325, NAICS 332722, FASTENING DEVICES PSC/FSC Code 5330, NAICS 332722, PACKING AND GASKET MATERIALS PSC/FSC Code 5331, NAICS 332722, O-RINGS PSC/FSC Code 5335, NAICS 332722, METAL SCREENING PSC/FSC Code 5340, NAICS 332722, HARDWARE PSC/FSC Code 5342, NAICS 332722, HARDWARE, WEAPON SYSTEM PSC/FSC Code 5345, NAICS 332722, DISKS AND STONES, ABRASIVE PSC/FSC Code 5350, NAICS 332722, ABRASIVE MATERIALS PSC/FSC Code 5355, NAICS 332722, KNOBS AND POINTERS PSC/FSC Code 5360, NAICS 332722, COIL, FLAT, LEAF, AND WIRE SPRINGS PSC/FSC Code 5365, NAICS 332722, BUSHING, RINGS, SHIMS AND SPACERS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 332722.0

BPA - Alarm, Signal and Security Detection Systems PSC 6350

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6350, NAICS 334290, MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 334290.0

BPA - Electrical and Electronic Components PSC 5999

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5999, NAICS 335999, MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camachocardo) – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 335999.0

BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code R498, NAICS 541199, SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 541199.0

BPA - IT and Telecom PSC 7E20

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 7E20, NAICS 423430, IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Productivity Tool (HW/Perpetual SW) BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camachocardo) – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 423430.0

BPA - Clothing, Special Purpose PSC 8415

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 8415, NAICS 315990, CLOTHING, SPECIAL PURPOSE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 315990.0
Page 47 of 54