Federal Contract Opportunities

Showing 651-700 of 1,801 opportunities

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

LPS Qubit Collaboratory (LQC)

The U.S. Army Research Office (ARO) in partnership with NSA’s Laboratory for Physical Science (LPS) is soliciting Incubator, Collaboration, and Fellowship research proposals for participation in the LPS Qubit Collaboratory (LQC). The mission of the LQC can be captured in three broad goals: 1) pursue disruptive fundamental research and enabling technologies with a focus on qubit development for quantum computing and other applications (such as sensing); 2) grow deep, collaborative partnerships to tackle the most difficult and relevant long-term problems in quantum information science and technology; and 3) build a quantum workforce of tomorrow through research experiences in government at LPS and at LQC partners. The LQC will offer a mechanism for collaborative research between LPS and academia, industry, FFRDCs, and Government Laboratories to advance foundational and transformative research on challenging problems that have hindered progress in quantum information processing and associated technologies. The goal of this BAA is to seek proposals that bring together expertise from the public and private sectors and their respective research infrastructures to advance solutions that may be best approached as a collaborative team. A Collaboratory is “a center without walls, in which the nation’s researchers can perform their research without regard to physical location, interacting with colleagues, accessing instrumentation, sharing data and computational resources, [and] accessing information in digital libraries. This BAA introduces LQC Research Thrusts (A.1.1) which are the technical areas of interest—which will be updated periodically—where partners of the LQC will pursue joint research with LPS through Incubator (A.1.2) and Collaboration (A.1.3) collaborative agreements. The LQC BAA also fulfills the Government’s overarching interest--through the proposed research and on-site research experiences--in creating and training a workforce in quantum science and technology, generating pathways of solutions that feed technology development, establishing partnerships, and creating transition opportunities. In further support of training through research, Section A.1.4 calls for Quantum Computing Research (QuaCR) Graduate and Postdoctoral Fellowships for US citizens working in areas of interest as described below. Substantial progress on solving the most difficult and long-term Quantum Information Science & Technology (QIST) research problems that unleash further rapid progress in the field will constitute LQC success. Examples of such research problems include (but are not limited to): limits of performance due to device design, material selection, and/or control, the exploration of alternative qubit physics (e.g., different approaches to qubit encoding or types of gates) and lowering of barriers to such approaches, advances in materials that improve qubit gate fidelity, reducing the overhead of classical components in quantum information technology and optimizing classical performance, and the exploration of applications of quantum technologies to new domains. Three categories of proposals are sought for this BAA: Incubator opportunities seek partnership proposals from single investigators and small research groups, including teaching colleges, who may have unique skillsets to contribute toward the pursuit of the research thrusts presented in A.1.1. Incubator proposals may also be the development of concepts into a detailed technical research approach to advance solution of problems of high interest to quantum information science research. Incubator proposals would avail themselves of the collaboration opportunities with LPS research staff and infrastructure made available at the Laboratory for Physical Sciences (LPS) to lay the groundwork for concepts that may be suitable for a Collaboratory proposal or responses to other DoD quantum information science research opportunities. Collaboratory proposals seek research proposals that bring together a strong significant collaboration--researchers from academia, industry, FFRDCs, and/or Government Laboratories--to pursue long-term projects focused on fundamental problems of interest to qubit development and/or associated science and technology. These collaborative groups will propose to work together in a focused manner for a period of time expected to be one to three years in order to demonstrate a proof-of-concept experiment and/or theory exploration to determine the feasibility of their creative idea. QuaCR Research Fellowship proposals seek to support talented U.S. citizen graduate students and postdoctoral researchers in the field of quantum information processing (primary interest) and quantum sensing (secondary interest). Applicants with a background from either within or outside QIS are encouraged. The proposed research areas are described in this BAA and must enhance active Quantum Information Science research efforts being supported by the Army Research Office and/or LPS. Research fellows are encouraged to complete an LPS Internship during their graduate career or visit during their postdoctoral fellowship.

Deadline: 4/30/2026
Posted: 1/18/2023
Combined Synopsis/SolicitationNAICS: 54171.0

Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)

BAA Inactivation Notice, 25 April 2025 The ARMR BAA is inactive. Please see the Continuing Human Enabling, Enhancing, Restoring and Sustaining (CHEERS) Multiple Authority Announcement (MAA) and its open period solicitations. You must review the MAA in tandem with the solicitation(s) in order to have access to all attachments. Multiple Authority Announcement (MAA), Notice FA238424S2233: SAM.gov CHEERS MAA FA238424S2233 CHEERS MAA Open Period 1 – Broad Agency Announcement (BAA), Notice FA238424S2334 SAM.gov CHEERS Open Period 1 BAA FA238424S2334 CHEERS MAA Open Period 2 – Procurement for Experimental Purposes (ARA), Notice FA238424S2335 SAM.gov CHEERS Open Period 2 ARA FA238424S2335 CHEERS MAA Open Period 3 - Commercial Solutions Opening (CSO), Notice FA238424S2336 SAM.gov_CHEERS Open Period 3 CSO FA238424S2336 BAA Amendment 3, 19 September 2023: THIS IS AN ANNUAL NOTICE OF AN OPEN BAA AS REQUIRED BY FAR 35.016. White Papers are still being accepted against this BAA. Please see the Broad Agency Announcement, as amended, for specific details on submitting white papers. This Amendment encompasses the following changes: 1. Broad Agency Announcement (BAA) a) Due to the number of revisions in Amendment 3, refer to the “Tracked Changes” version which is provided for ease of identifying the specific changes that have been made since the previous amendment. 2. BAA Attachments a) The following attachments are included in this BAA. Attachments have been amended or added as annotated in bold font. 1. Supplemental Instructions for Assistance Instrument Proposal (AMENDED) 2. Model Assistance Instrument (AMENDED) 3. Model Contract (AMENDED) 4. Model Section K – Representations and Certifications (AMENDED) 5. Model Section L – Instructions, Conditions, and Notices to Offerors (AMENDED) 6. Proposal Adequacy Checklist (AMENDED) 7. Contract Data Requirements List (CDRLs) DD Form 1423-1 (AMENDED) 8. Statement of Objectives (SOO) (NO CHANGE) 9. Statement of Work (SOW) Supplemental Requirements (AMENDED) 10. Standard Form (SF) 424 Form, Research and Related Senior/Key Person Profile (Expanded) Form (ADDED) 11. Security Program Questionnaire (ADDED) **The Government is providing a model contract and model Assistance Agreement for planning and estimating purposes only. Each award will be tailored to each specific proposal. The attached model contract is all-encompassing of multiple types of contracts and is provided to identify all provisions and clauses that may be included in subsequent awards. ------------------------------------------------------------------------------------------------------------------------------------ BAA Amendment 2, 14 July 2023: Call 1 to the initial BAA is closed. As a result of the issuance of this Amendment, Objective 4: "Expeditionary Medicine (EM), Aim 2, Medical Logistics" of the BAA is re-opened. All areas of the Statement of Objectives are open. An annual update is forthcoming and will be issued in a subsequent amendment. -------------------------------------------------------------------------------------------------------------------------------------- This is Call 1, "Joint Multi-channel Infusion Pump (JMCIP)" to the initial Broad Agency Announcement (BAA), FA8650-20-S-6008. This is a Two-Step Call for the specific research objective 4, Expeditionary Medicine (EM), Aim 2, Medical Logistics of the BAA. Research objective 4, Aim 2, will be closed off from the Open BAA Period until award of the resulting proposal(s) from this Call. This Call is effective as of the date of this posting, 18 February 2022. White papers are due no later than 5:00 p.m. Eastern Standard Time (EST) on 10 March 2022. Please submit white papers via email to the Contracting POCs for the Call, Ms. Marina Schemmel at marina.schemmel@us.af.mil and Ms. Kimberly Cerney at kimberly.cerney@us.af.mil. Technical POC for this Call: Mr. Nathaniel Baldwin, nathaniel.baldwin.1@us.af.mil Contracting POCs for this Call: Ms. Marina Schemmel, marina.schemmel@us.af.mil and Ms. Kimberly Cerney, kimberly.cerney@us.af.mil ________________________________________________________________________________________________________ The Warfighter Medical Optimization Division (RHM) intends to solicit White Papers under this announcement with the focus of conducting medical research in support of optimizing the warfighter by enabling, enhancing, restoring, and sustaining the Airman to more effectively execute the Air Force mission. This medical research objective is dual natured: (1) ensure medical availability of Airmen by analyzing attributes (sensory, behavioral, physiologic) and operational environments (chemical, physical, psychological, biological, radiological stressors) to drive optimal performance of Airmen engaged in high-demand, high-impact mission tasks (2) investigate how the flight environment affects the process of life, the ability to maintain homeostasis, and the risk for injury or secondary insult, seeking to ameliorate these stressors to optimize Airman health and performance. This BAA will remain open for seventy-two (72) months with Calls being released throughout the seventy-two (72) month period of performance.

Deadline: 4/30/2026
Posted: 4/25/2025
SolicitationNAICS: 541715.0

AMENDMENT Q402--FY25 12/1 (HOLD) IDIQ Brookfield of Cascadia 648 - OREGON

Amendment to Q402--FY25 12/1 (HOLD) IDIQ Brookfield of Cascadia 648 - OREGON

Deadline: 4/30/2026
Posted: 5/30/2025
SolicitationNAICS: 623110.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation 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. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.

Deadline: 5/1/2026
Posted: 9/25/2025
RFINAICS: 236220.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation 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. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.

Deadline: 5/1/2026
Posted: 9/8/2025
RFINAICS: 236220.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation 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. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.

Deadline: 5/1/2026
Posted: 8/25/2025
RFINAICS: 236220.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation 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. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.

Deadline: 5/1/2026
Posted: 7/23/2025
RFINAICS: 236220.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.

Deadline: 5/1/2026
Posted: 6/26/2025
RFINAICS: 236220.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.

Deadline: 5/1/2026
Posted: 3/5/2025
RFINAICS: 236220.0

Government Requirement for Advanced Power and Energy (GRAPE)

Amendment 4 to original ARA announcement

Deadline: 5/2/2026
Posted: 9/11/2023
PresolicitationNAICS: 541715.0

Government Requirement for Advanced Power and Energy (GRAPE)

Amendment 4 to original ARA announcement

Deadline: 5/2/2026
Posted: 3/24/2022
PresolicitationNAICS: 541715.0

Government Requirement for Advanced Power and Energy (GRAPE)

Amendment 4 to original ARA announcement

Deadline: 5/2/2026
Posted: 11/10/2021
PresolicitationNAICS: 541715.0

STUD

CONTACT INFORMATION|4|N743.22|WVY|771-229-0561|LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material|N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A|N/ A|See DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery|One year from date of delivery||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332722|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=7504734 |53711| H| |D|0001 | H|49998|9999999 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-A193 | | | |240301|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 ;The Stud must be in accordance with NAVSEA drawing 7504734 Item 62, except as amplified or modified herein.; 3.2 The Unit of Issue is EACH. The Contractor is required to provide one additional fastener for each uniquely identified heat/lot of material in each shipment. Complete traceability must be maintained on this extra fastener. 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Stud; Material - ;ASTM-A193, Grade B7 IAW MIL-DTL-1222; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - ;Liquid Penetrant Inspection or Magnetic Particle Inspection (Wet Method) (Either inspection is acceptable); Item - ;Stud; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 3.5 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.5.1 In order to qualify for "Alternate Mechanical Testing" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.5.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the "Alternate Mechanical Testing" provision. 3.5.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.6 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.7 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.7.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.7.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.7.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.8 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.9 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.9.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.10 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.11 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.11.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.11.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.11.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.11.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.11.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.12 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.12.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.12.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.13 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.13.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.13.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.13.3 The prime contractor must ensure that the purchased product conforms to specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.13.4 The prime contractor must evaluate the requirements of the contract and select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.13.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.14 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.14.1 Visual examination upon receipt to detect damage during transit. 3.14.2 Inspection for completeness and proper type. 3.14.3 Verification of material quality received. 3.14.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.14.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.14.6 Identification and protection from improper use or disposition. 3.14.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.14.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.14.9 Material returned to the contractor must be handled as GFM. 3.15 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. 3.15.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein. 3.16 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.17.1 Quantitative chemical and mechanical analysis of material is required ;in accordance with MIL-DTL-1222; .Test reports must be traceable to traceability marking on the material. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.17.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification for chemical composition must be overstamped and/or annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ________________ AND HEAT TREAT NUMBER ________________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.17.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.17.4 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.17.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.18 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability marking must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.18.1 Fasteners must be marked in accordance with ;MIL-DTL-1222; . The method of marking must be types I, II, III, V, VIII or IX of MIL-STD-792 except for grades 410, 416 and 431 in the H condition and grades 8, 630, A574, and 4340 which must be marked by method II when marking is applied after the final heat treatment. Markings on fasteners that are to be coated must be marked prior to coating and have a minimum depth of 4 mils. Traceability marking must be legible after the application of protective compounds. 3.18.2 Marking is required for all fasteners regardless of size and must include the material symbol, the manufacturer's identification symbol, and the traceability marking. Marking must be applied on the head of headed fastener (top preferred, side location if necessary). Where no contract invoked specification requirement exists for this marking, self-locking fasteners must be marked with six dots approximately .032" diameter, raised or depressed by approximately .010" located on the top perimeter of the head of the fastener in an arc or circular pattern. The six dots must be distinguishable from all other required markings. 3.19 Material Handling - The written material control process must include the following: 3.19.1 All raw materials must have traceability markings (except as specified below). 3.19.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.19.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.19.4 Purchase orders for raw material must specify that the material be traceable to material certification test reports by the traceability marking on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.19.5 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.20 Receiving inspection - 3.20.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.20.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.21 Discrepancy reporting - 3.21.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records will be maintained and available for review by the government Quality Assurance Representative (QAR). 3.22 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.22.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.22.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.22.3 All data concerning material verification (chemical and mechanical properties), traceability (material certifications to material marking), and nondestructive test (NDT) certifications for material must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.22.4 All metallic material must be 1...

Deadline: 5/4/2026
Posted: 10/16/2025
SolicitationNAICS: 332722.0

Open and continuous Solicitation for CNH facilities in Oregon

THIS IS A SOLICITATION FOR A INDEFINITE-DELIVERY CONTRACT FOR NURSING HOME SERVICES IN THE OREGON VA HEALTH CARE SYSTEM, FOR ELIGIBLE BENEFICIARIES. PERIOD OF PERFORMANCE: DATE OF AWARD UP TO FIVE YEARS. WAGE DETERMINATION DOCUMENTS CAN BE FOUND IN SECTION D. THE EFFECTIVE DATE IS THE DATE THE CONTRACTING OFFICER SIGNS GUARANTEED MINIMUM: THE MINIMUM CONTRACT AMOUNT SHALL BE THE AMOUNT OF ONE PATIENT FOR ONE DAY AT THE BASIC RATE FOR REDUCED PHYSICAL FUNCTION. THE OVERALL CEILING OF THE MULTIPLE AWARD IDIQ CONTRACTS WILL NOT EXCEED $45 MILLION. THE CEILING OF THE INDIVIDUAL IDIQ CONTRACT WILL BE ESTABLISHED AT THE TIME OF AWARD. MULTIPLE SINGLE AWARD INDEFINITE-DELIVERY, INDEFINITE QUANTITY CONTRACTS MAY BE ISSUED FROM THIS SOLICITATION FOR THE STATE OF OREGON. THE SOLICITATION WILL REMAIN OPEN FOR A PERIOD OF ONE YEAR FROM THE DATE IT IS POSTED TO SAM.GOV.

Deadline: 5/5/2026
Posted: 5/6/2025
SolicitationNAICS: 623110.0

Multiple Award Construction Contract (MACC) - Large Scale Military Projects

Design-Build/Design-Bid-Build (DB/DBB) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large scale general construction projects at various locations within NAVFAC Washington?s Area of Operations (AO), primarily in Washington D.C., Maryland, and Virginia. This solicitation will be advertised as Full and Open Competition. Large Business Offerors are required to submit an acceptable small business subcontracting plan. The Government intends to use Small Business Reserves in accordance with FAR 19.503. All responsible sources may submit a proposal which shall be considered by the agency. Primary NAICS 236220 ? Commercial and Institutional Building [Small Business Size Standard = $45 Million] Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either design-bid-build (DBB) or design-build (DB). General construction includes, but is not limited to; management, labor, supervision, tools, materials, and equipment necessary to perform, but not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure, and may include civil, structural, mechanical, electrical, fire protection, and/or communication systems. Types of facilities may include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc., in support of Naval Facilities Engineering Command, Washington, District of Columbia, and various facilities in the AO. The duration of the contract(s) spans an eight-year ordering period; to include a two-year base period and two additional, three-year option periods, if exercised, for a total 96 months.? Contract Not-To-Exceed for all contracts awarded under the MACC is $8 Billion total.

Deadline: 5/6/2026
Posted: 5/6/2025
SolicitationNAICS: 236220.0

AN/BPS-16 RADAR MAS

CONTACT INFORMATION|4|N743.49|WVM|771-229-0573|benjamin.t.spangler.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL BENJAMIN.T.SPANGLER.CIV@US.NAVY.MIL|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government's beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.3 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=1810131 |03956| B| |D|0001 | B|49998|2400981 DRAWING DATA=1978732 |03956| J| |D|0001 | J|49998|1055623 DRAWING DATA=1978732 |03956| J|PL |D|0001 | J|49998|0017733 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ASME-Y14.5M | | | |940101|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |181118|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;AN/BPS-16 Radar Mast must be in accordance with Sperry Marine Inc. Drawing 1978732 and Parts List PL1978732, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Mast, Item 1; Material - ;QQ-N-286, Form 2, Annealed and Age Hardened to achieve minimum yield strength 85,000 PSI; 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Test - ;Hydrostatic Pressure Test; Item - ;Each Assembly; Performance - ;Note 1.5 of Drawing 1978732. Test pressure must be 1100 +55/-0 PSI. Test duration must be 1 hour +5/-0 minutes; Acceptance - ;Note 1.5 of Drawing 1978732; Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - ;Dye Penetrant Inspection; Item - ;Mast, Item 1; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Attribute - Annealing and Age Hardening Item - ;Mast, Item 1; Performance - QQ-N-286 3.4 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.5 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.6 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.6.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.6.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.6.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.7 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.8 ;Use the following for Tolerances and Conventions in lieu of M1895676: Interpret dimensions and tolerances per ASME Y14.5. Break all sharp edges .01 to .02. All angles are +/- 0 degrees 30 minutes. Unless otherwise specified, all dimensions are in inches and features are symmetrical about the centerline. Remove all burrs and sharp edges.; 3.9 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, (S9074-AQ-GIB-010/248 for brazing) by personnel and procedures qualified under S9074-AQ-GIB-010/248 for all production and repair welding and brazing. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.10 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.10.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.10.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.10.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.11 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.12 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.13 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.13.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.14 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.15 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.15.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.15.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.15.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010, S9074-AR-GIB-010A/278,248d the contract. 3.15.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.15.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.15.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.15.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.15.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.15.9 When production or repair welding is required on titanium materials, theapplicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.15.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.15.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.15.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.16 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.16.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.16.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.16.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.16.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.16.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.17 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.17.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.17.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.18 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.18.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.18.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.18.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.18.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.18.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.19 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.19.1 Visual examination upon receipt to detect damage during transit. 3.19.2 Inspection for completeness and proper type. 3.19.3 Verification of material quality received. 3.19.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.19.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.19.6 Identification and protection from improper use or disposition. 3.19.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.19.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.19.9 Material returned to the contractor must be handled as GFM. 3.20 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.20.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.21 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.21.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.21.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.21.3 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the assembly identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.21.4 Marking must be legible and must be located so as t...

Deadline: 5/6/2026
Posted: 10/20/2025
SolicitationNAICS: 334220.0

Base Elizabeth City CG Day Tent Rental

The Contractor shall provide all necessary transportation, labor, equipment, materials to supply tents for Coast Guard Day IAW specifications. Event date Aug 1 request set up 1-2 days prior and pick up 1-2 says after. All quotes must be submitted by NOON Eastern Time on May 8, 2025. All quotes must be submitted via email to Tami.N.Clark@uscg.mil. Ensure blocks 14 (Include UEI) through 20c and 30a, 30b and 30c of the SF 1442, and pricing are completed before emailing. Unit COR Kevin Chrisman @ Kevin.T.Chrisman@uscg.mil: Site Visit is required for this solicitation contact COR to be added to the list DATE: 4/29/2026 @ 10AM This procurement is 100% set-aside for Small Businesses using NAICS code of 532284, The small business standard is 9 MIL. All eligible responsible sources may submit a quote which shall be considered by the United States Coast Guard, however those submitting quotes that do not have an active vendor record at SAM.gov or meet the size requirements prior to the RFQ due date and time will be considered either ineligible or non-responsive and will not be considered for award. The Government reserves the right to cancel this solicitation. The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation. Questions about this solicitation must be submitted in writing to the Contracting Specialist at the email address listed above, no later than NOON May 1, 2025. An amendment may be posted to clear up any ambiguities or answer all questions received at one time. No oral questions will be accepted. Update 1: Q&A posted in attachments.

Deadline: 5/8/2026
Posted: 5/6/2025
SolicitationNAICS: 532284.0

Base Elizabeth City CG Day Tent Rental

The Contractor shall provide all necessary transportation, labor, equipment, materials to supply tents for Coast Guard Day IAW specifications. Event date Aug 1 request set up 1-2 days prior and pick up 1-2 says after. All quotes must be submitted by NOON Eastern Time on May 8, 2025. All quotes must be submitted via email to Tami.N.Clark@uscg.mil. Ensure blocks 14 (Include UEI) through 20c and 30a, 30b and 30c of the SF 1442, and pricing are completed before emailing. Unit COR Kevin Chrisman @ Kevin.T.Chrisman@uscg.mil: Site Visit is required for this solicitation contact COR to be added to the list DATE: 4/29/2026 @ 10AM This procurement is 100% set-aside for Small Businesses using NAICS code of 532284, The small business standard is 9 MIL. All eligible responsible sources may submit a quote which shall be considered by the United States Coast Guard, however those submitting quotes that do not have an active vendor record at SAM.gov or meet the size requirements prior to the RFQ due date and time will be considered either ineligible or non-responsive and will not be considered for award. The Government reserves the right to cancel this solicitation. The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation. Questions about this solicitation must be submitted in writing to the Contracting Specialist at the email address listed above, no later than NOON May 1, 2025. An amendment may be posted to clear up any ambiguities or answer all questions received at one time. No oral questions will be accepted.

Deadline: 5/8/2026
Posted: 4/24/2025
SolicitationNAICS: 532284.0

Collaboration for Innovative Research on Aircraft Structure (CIRAS)

The Aerospace Vehicles Division (RQV), Aerospace Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting research in aircraft structural design, analysis, and experimentation, specifically in the following areas: Innovative structural concepts for reducing weight and/or improving performance Generation of realistic load and environmental spectra Advanced structural design and analysis methods Advanced techniques for experimental validation of structural models and simulations

Deadline: 5/10/2026
Posted: 6/29/2021
SolicitationNAICS: 541715.0

Collaboration for Innovative Research on Aircraft Structure (CIRAS)

Call 0001 posted 29 Jun 2021 ________________________________________________________________________________________________________ The Aerospace Vehicles Division (RQV), Aerospace Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting research in aircraft structural design, analysis, and experimentation, specifically in the following areas: Innovative structural concepts for reducing weight and/or improving performance Generation of realistic load and environmental spectra Advanced structural design and analysis methods Advanced techniques for experimental validation of structural models and simulations

Deadline: 5/10/2026
Posted: 6/29/2021
SolicitationNAICS: 541715.0

Collaboration for Innovative Research on Aircraft Structure (CIRAS)

The Aerospace Vehicles Division (RQV), Aerospace Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting research in aircraft structural design, analysis, and experimentation, specifically in the following areas: Innovative structural concepts for reducing weight and/or improving performance Generation of realistic load and environmental spectra Advanced structural design and analysis methods Advanced techniques for experimental validation of structural models and simulations

Deadline: 5/10/2026
Posted: 6/29/2021
SolicitationNAICS: 541715.0

Collaboration for Innovative Research on Aircraft Structure (CIRAS)

The Aerospace Vehicles Division (RQV), Aerospace Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting research in aircraft structural design, analysis, and experimentation, specifically in the following areas: Innovative structural concepts for reducing weight and/or improving performance Generation of realistic load and environmental spectra Advanced structural design and analysis methods Advanced techniques for experimental validation of structural models and simulations

Deadline: 5/10/2026
Posted: 5/12/2021
SolicitationNAICS: 541715.0

Collaboration for Innovative Research on Aircraft Structure (CIRAS)

The Aerospace Vehicles Division (RQV), Aerospace Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting research in aircraft structural design, analysis, and experimentation, specifically in the following areas: Innovative structural concepts for reducing weight and/or improving performance Generation of realistic load and environmental spectra Advanced structural design and analysis methods Advanced techniques for experimental validation of structural models and simulations

Deadline: 5/10/2026
Posted: 5/10/2021
SolicitationNAICS: 541715.0

Collaboration for Innovative Research on Aircraft Structure (CIRAS)

CIRAS BAA - FA8650-21-S-2205 Amendment 2 - posted 8 Aug 2023 _______________________________________________________________________________________________________ Call 0001 posted 29 Jun 2021 ________________________________________________________________________________________________________ The Aerospace Vehicles Division (RQV), Aerospace Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting research in aircraft structural design, analysis, and experimentation, specifically in the following areas: Innovative structural concepts for reducing weight and/or improving performance Generation of realistic load and environmental spectra Advanced structural design and analysis methods Advanced techniques for experimental validation of structural models and simulations

Deadline: 5/10/2026
Posted: 8/8/2023
SolicitationNAICS: 541715.0

93--RUBBER SHEET,SOLID

NSN 1H-9320-016463826-D7, TDP VER 003, QTY 6 EA, DELIVER TO N50286, PORTSMOUTH NAVAL SHIPYARD L1SS, KITTERY, ME 03904. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 5/11/2026
Posted: 10/22/2025
Presolicitation

93--RUBBER SHEET,SOLID

CONTACT INFORMATION|4|N743.35|WWJ|N/A|TIANA.HAMMAKER@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||X||X||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO) ||TBD|N00104|TBD|TBD|N50286|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR |365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|326299|500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.The resulting award will not contain Government source Inspection (GSI) 2. FAR Clause 52.232-25(a)(5), entitled Prompt Payment, Constructive Acceptance is changed from 7 days to 45 days after delivery of the supplies in accordance with the terms and conditions of the contract. 3. Note to DCMA ACO: Clause NAVSUPWSSGA02 is amended to include Post Award PCO retaining the following functions: FAR 42.302(3), (32), (37), (38), (40),(41),(43), (45 through 51), (60) and (62). 4. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed here in. 5.The following proposed delivery schedule applies: Final delivery of material (1(120ays) \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(C); applies to this material. 1.1.2 This ;Rubber Sheet; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. DRAWING DATA=8500418 |53711| C| |D|0001 | |49998|6284370 DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the item furnished under this contract/purchase order must meet the design, manufacture, and performance requirements specified on CAGE ;53711; Drawing ;DWG 8500418, ITEM F55; . 3.2 ;Rubber sheets must be size 36" X 36" X .125".; 3.3 Marking - This item must be physically identified in accordance with MIL-STD-130. 3.4 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.4.1 Waivers/Deviations - Waivers and Deviations must be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE must be submitted via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.4.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.4.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of theproduct. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineeringchange. 3.5 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 4. QUALITY ASSURANCE 4.1 Notes to the Contractor - 4.1.1 The Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. The departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 The Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A record of these departures, traceable to the applicable part number and contract number must be submitted to the PCO. 4.1.3 The Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 The Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions, and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. 6.1.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.2 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.3 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. ;10/20/2016 - Updated ECDS URL - Dec 17 2011 - Moved Quality Assurance Text location for Readability - May 16 2013 - Removed GSI from this Material.;

Deadline: 5/11/2026
Posted: 10/23/2025
SolicitationNAICS: 326299.0

N33191-25-R-0016 D-B Renovate Pharmaceutical Hospital Codlea, Romania

Please see attached Pre-Sol Notice.

Deadline: 5/13/2026
Posted: 4/30/2025
PresolicitationNAICS: 236220.0

Treatment Services 2025-2026

THIS IS AN ON-GOING PRE-SOLICITATION NOTICE FOR TREATMENT SERVICES – PROPOSALS WILL NOT BE ACCEPTED IN RESPONSE TO THIS NOTICE ATTENTION VENDORS: TO FIND OUT WHETHER A DISTRICT WILL ISSUE A SOLICITATION FOR TREATMENT SERVICES, CONTACT THE CHIEF PROBATION OR PRETRIAL SERVICES OFFICER IN THEIR RESPECTIVE DISTRICT TO BE PLACED ON A MAILING LIST. Contact information for the Chief Probation and Pretrial Services Officer may be obtained by using the court locator online at http://www.uscourts.gov/court_locator.aspx The federal Judiciary intends to procure treatment services for federal defendants and persons under supervision using Blanket Purchase Agreements. Generally, the procurement of these services occurs during the summer months; however, procurement may occur at any time throughout the year depending on the needs of the district. Solicitations for Blanket Purchase Agreements may be issued for districts in the United States and territories, including Alaska, Hawaii, District of Columbia, Guam, Northern Mariana Islands, Puerto Rico and U.S. Virgin Islands. Required Treatment Services may include NAICS codes: 621420 – outpatient mental health and substance abuse centers, 623220 – residential mental health and substance abuse treatment, 561611 – polygraph services, 621999 – all other miscellaneous ambulatory health care services, 624190 – other individual and family services, These are not limited to: urine collection, counseling (to include mental health, substance use, and or/sex offense treatment), physical examinations, outpatient and inpatient detoxification, medication, short and long term residential treatment, and transportation. These are examples of the types of services that may be procured. The solicitation for Blanket Purchase Agreements would identify the specific services and requirements the offeror would be required to provide. Place of Contract Performance: The United States and territories, including Alaska, Hawaii, District of Columbia, Guam, Northern Mariana Islands, Puerto Rico and U.S. Virgin Islands.

Deadline: 5/15/2026
Posted: 5/2/2025
PresolicitationNAICS: 621420.0

Second Chance Act Goods and Services

THIS IS AN ON-GOING PRE-SOLICITATION NOTICE FOR SECOND CHANCE ACT GOODS AND SERVICES – PROPOSALS WILL NOT BE ACCEPTED IN RESPONSE TO THIS NOTICE ATTENTION VENDORS: TO FIND OUT WHETHER A DISTRICT WILL ISSUE A SOLICITATION FOR SECOND CHANCE ACT GOODS AND SERVICES, CONTACT THE CHIEF PROBATION OR PRETRIAL SERVICES OFFICER IN THEIR RESPECTIVE DISTRICT TO BE PLACED ON A MAILING LIST. Contact information for the Chief Probation and Pretrial Services Officer may be obtained by using the court locator online at http://www.uscourts.gov/court_locator.aspx The federal Judiciary intends to procure Second Chance Act goods and services for federal defendants and persons under supervision using Blanket Purchase Agreements. Generally, the procurement of these services occurs during the summer months; however, procurement may occur at any time throughout the year depending on the needs of the district. Solicitations for Blanket Purchase Agreements may be issued for districts in the United States and territories, including Alaska, Hawaii, District of Columbia, Guam, Northern Mariana Islands, Puerto Rico and U.S. Virgin Islands. Required Second Chance Act goods and services may include NAICS code 624229 – Other Community Housing Services, but is not limited to including: cognitive behavioral therapy, child-care, non-emergency medical services, computer hardware/software, identification, employee tools/equipment/licensure, transportation, transitional housing, domestic violence intervention, job training, etc. These are examples of the types of services that may be procured. The solicitation for Blanket Purchase Agreements would identify the specific services and requirements the offeror would be required to provide. Place of Contract Performance: The United States and territories, including Alaska, Hawaii, District of Columbia, Guam, Northern Mariana Islands, Puerto Rico and U.S. Virgin Islands.

Deadline: 5/15/2026
Posted: 5/2/2025
PresolicitationNAICS: 624310.0

Multiple Award Schedule

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Deadline: 5/16/2026
Posted: 5/17/2021
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Deadline: 5/16/2026
Posted: 5/17/2021
Combined Synopsis/SolicitationNAICS: 541990.0

Q402--RFP- OPEN AND CONTINUOUS CNH

Multi- Solicitation for North Little Rock, AR Community Nursing Homes

Deadline: 5/16/2026
Posted: 5/20/2025
SolicitationNAICS: 623110.0

Q402--RFP- OPEN AND CONTINUOUS CNH

Multi- Solicitation for North Little Rock, AR Community Nursing Homes

Deadline: 5/16/2026
Posted: 5/19/2025
SolicitationNAICS: 623110.0

Q402--RFP- CONTINUOUS CNH

Multi- Solicitation for North Little Rock, AR Community Nursing Homes

Deadline: 5/16/2026
Posted: 5/19/2025
SolicitationNAICS: 623110.0

Engineering Support Services - Commercial Derivative Aircraft

This solicitation announces the United States Government's request a proposal for a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services. 10/30/2025: RFP Issued 10/30/2025: Amendment 0001 Issued 11/05/2025: Amendment 0002 Issued

Deadline: 5/18/2026
Posted: 11/5/2025
SolicitationNAICS: 541330.0

Engineering Support Services - Commercial Derivative Aircraft

This solicitation announces the United States Government's request a proposal for a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services. 10/30/2025: RFP Issued 10/30/2025: Amendment 0001 Issued 11/05/2025: Amendment 0002 Issued

Deadline: 5/18/2026
Posted: 11/5/2025
SolicitationNAICS: 541330.0

Engineering Support Services - Commercial Derivative Aircraft

This solicitation announces the United States Government's request a proposal for a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services. 10/30/2025: RFP Issued 10/30/2025: Amendment 0001 Issued

Deadline: 5/18/2026
Posted: 10/30/2025
SolicitationNAICS: 541330.0

Engineering Support Services - Commercial Derivative Aircraft

This solicitation announces the United States Government's request a proposal for a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services.

Deadline: 5/18/2026
Posted: 10/30/2025
SolicitationNAICS: 541330.0

Renewable Energy Certificates (RECs) - Basic Ordering Agreement

DLA Energy – Electricity Team intends to establish Basic Ordering Agreements (BOAs) with contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS) in support of meeting the requirements in accordance with 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2) of December 27, 2020, 134 Stat. 2497, 2512. Additional consideration in support of EO 13990 and EO 14057 shall be given as further guidance becomes available. Any BOA(s) resulting from this solicitation is not a contract, and there is no guarantee that any contract will result in the future. The BOA, however, may be used by authorized Ordering Agencies to expedite contracting for the supply and delivery of RECs by issuance of Purchase Orders against a DLA Holders’ BOA. Vendors with BOAs will be known as “DLA BOA Holders.” DLA Energy will manage administration of the BOA Holder Agreements and Ordering Agencies will manage the administration of any resultant Purchase Order. This solicitation will be open continuously for a period of five (5) years from the date of issuance April 28, 2022. All questions related to this Request for Proposal should be directed to: cstream@dla.mil and christine.george@dla.mil. With subject “REC BOA SP0604-22-R-0417”

Deadline: 5/18/2026
Posted: 4/28/2022
SolicitationNAICS: 221115.0

OUTLET,PIPE

CONTACT INFORMATION|4|N743.49|WVP|771-229-0573|benjamin.t.spangler.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL BENJAMIN.T.SPANGLER.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government's SAM.gov website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=STD-A2257 |96169| A|ER |D| | | | DRAWING DATA=2621-053-01 |96169|AD| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-C-15726 | | |F |911008|A|1 | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Boss must be in accordance with Electric Boat Corporation Drawing 2621-053-01 PIECE 11A, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Boss; Material - ;MIL-C-15726, Alloy C71500; 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.5 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.5.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.5.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.5.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.6 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.7 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.7.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. 3.8 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.9 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.10 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.10.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.10.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.10.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.10.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.10.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.11 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.11.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.11.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.12 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.12.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.12.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.12.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.12.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.12.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.13 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.13.1 Visual examination upon receipt to detect damage during transit. 3.13.2 Inspection for completeness and proper type. 3.13.3 Verification of material quality received. 3.13.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.13.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.13.6 Identification and protection from improper use or disposition. 3.13.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.13.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.13.9 Material returned to the contractor must be handled as GFM. 3.14 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.14.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.15 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.15.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.15.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.15.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;;;; 3.16 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.16.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.16.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.16.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.16.4 ELECTRONIC SIGNATURES. 3.16.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.16.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.16.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.16.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the document or record has been revised. 3.16.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.16.10 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.16.11 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.16.12 Revisions of OQE must be provided by the originating organization and must include a description of the data modified along with the proper signature requirements herein. 3.16.13 In cases of foreign certification, conversion of foreign language unitsof measure and properties measured into U.S. units of measure must be annotated on the furnished foreign certifications, if space permits, or placed on an addendum in the same format as the foreign certification data. Such conversion must be identified as to origin with name, title, and signature of the authorized representative of the company making the conversion. 3.16.14 The certification data requirements contained in this appendix must beinvoked on the prime contractor who must delegate these requirements to all sub-tier contractors supplying Level I material. 3.17 Material Handling - The written material control process must include the following: 3.17.1 All raw materials must have traceability markings (except as specified below). 3.17.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.17.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats/lots or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.17.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors. 3.17.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.17.6 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.18 Receiving inspection - 3.18.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.18.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.19 Discrepancy reporting - 3.19.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records must be maintained and available for review by the government Quality Assurance Representative (QAR). 3.20 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.20.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.20.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.20.3 All data concerning material verification (chemical, mechanical or physical properties), traceability (material certifications to material marking), and nondestructiv...

Deadline: 5/18/2026
Posted: 10/30/2025
SolicitationNAICS: 332919.0

The Real Fort McCoy Newspaper (A-1)

SCOPE: These specifications cover the production of a newspaper requiring such operations as electronic prepress, printing, finishing, packing, and distribution. QUANTITY: 2,500 to 5,000 copies per order with an average of 2,800 copies, with a potential one-time per year print of up to 15,000 copies. NUMBER OF PAGES: 12 to 24. TRIM SIZE: 17 x 21”.

Deadline: 5/19/2026
Posted: 5/9/2025
Combined Synopsis/SolicitationNAICS: 323111.0

The Real Fort McCoy Newspaper (A-1)

SCOPE: These specifications cover the production of a newspaper requiring such operations as electronic prepress, printing, finishing, packing, and distribution. QUANTITY: 2,500 to 5,000 copies per order with an average of 2,800 copies, with a potential one-time per year print of up to 15,000 copies. NUMBER OF PAGES: 12 to 24. TRIM SIZE: 17 x 21”.

Deadline: 5/19/2026
Posted: 5/9/2025
Combined Synopsis/SolicitationNAICS: 323111.0

The Real Fort McCoy Newspaper

SCOPE: These specifications cover the production of a newspaper requiring such operations as electronic prepress, printing, finishing, packing, and distribution. QUANTITY: 2,500 to 5,000 copies per order with an average of 2,800 copies, with a potential one-time per year print of up to 15,000 copies. NUMBER OF PAGES: 12 to 24. TRIM SIZE: 17 x 21”.

Deadline: 5/19/2026
Posted: 5/9/2025
Combined Synopsis/SolicitationNAICS: 323111.0

Silicon Valley Innovation Program 5-Year Other Transaction Solicitation

The mission of the U.S. Department of Homeland Security (DHS) includes rapid identification and development of new technologies to counter emerging threats. Traditional procurement contracts are used to purchase supplies and services for the direct benefit and use of DHS, while assistance is provided through grants and cooperative agreements. Recognizing that those traditional instruments do not cover all the DHS needs, Congress provided DHS with authority to enter into “Other Transactions” in the same manner as the Department of Defense. DHS has developed a framework to utilize the flexibility of the Other Transaction Authority (OTA). This “Innovation Other Transaction Solicitation” (OTS) is a vehicle to engage with organizations that do not usually work with the Government in order to carry out prototype projects and possibly transition successful projects to production. This engagement is intended to assist new companies, so they have more opportunities to work with DHS through targeted non-dilutive funding and provide opportunities for operational testing and market access. Through the DHS Science and Technology Directorate’s (S&T’s) Silicon Valley Innovation Program (SVIP), DHS intends to incentivize product developers to open the aperture of their development roadmaps to include homeland security solutions. Please see additional information regarding this opportunity in the attached document. The Government is not requesting applications at this time. Submission requirements, content, and formatting for applications and other required documentation shall be in accordance with each Technical Call. Applicants should periodically check the SAM.gov website for any amendments to this solicitation and the associated Calls.

Deadline: 5/20/2026
Posted: 5/20/2021
Combined Synopsis/SolicitationNAICS: 541715.0

Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).

The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), Short-Wave Infrared (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort. This Request for Enhanced White Papers is an open announcement with no due date. The Government will review and evaluate white papers as they are received.

Deadline: 5/20/2026
Posted: 7/31/2025
SolicitationNAICS: 541715.0

Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).

The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), Short-Wave Infrared (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort. This Request for Enhanced White Papers is an open announcement with no due date. The Government will review and evaluate white papers as they are received.

Deadline: 5/20/2026
Posted: 7/8/2025
SolicitationNAICS: 541715.0

Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).

The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), Short-Wave Infrared (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort. This Request for Enhanced White Papers is an open announcement with no due date. The Government will review and evaluate white papers as they are received.

Deadline: 5/20/2026
Posted: 6/17/2025
SolicitationNAICS: 541715.0

Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).

The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), Short-Wave Infrared (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort. This Request for Enhanced White Papers is an open announcement with no due date. The Government will review and evaluate white papers as they are received.

Deadline: 5/20/2026
Posted: 5/29/2025
SolicitationNAICS: 541715.0

Seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS).

The mission of the Air Force Test Center (AFTC), 96 Test Wing (TW), and 782d Test Squadron (TS) – Guided Weapons Evaluation (GWEF), is to test and evaluate weapon systems performance through development, fielding, and sustainment. Exercising open and closed Hardware-in-the-loop (HITL) simulations of tactical hardware provide a high-fidelity performance assessment for weapon system development, risk mitigation prior to live flight tests, testing scenarios that are not feasible for live flight, and evaluation of candidate components and technologies for system improvements. The 782d TS GWEF is seeking Enhanced White Papers (EWP) for the design, development, integration, and deployment of prototype technologies for Hardware-in-the-loop of Advanced Navigation & Guidance Sensors (HANGS). Offeror EWP’s must express interest and demonstrate a thorough understanding of project scope and potential solutions. The Government seeks prototype technologies that improve Government test and laboratory facility capabilities, to perform HITL in the following Technology Areas (TAs): Technology Area #1: Dynamic real-time multispectral scene generation and projection/injection systems. Scene generation is the process of rendering band specific imagery intended for projection or injection into one or more sensors. Projection/injection is the process of transmitting the rendered imagery to the sensor, either “through-the- lens” (free-space projection) or electronically/digitally (injection). Simultaneous synchronized/correlated imagery for multiple spectra including Electrical-Optical (EO)/Infrared (IR) Ultraviolet (UV), Visible (Vis), System for Award Management (SWIR), Mid-Wave Infrared (MWIR), Long-Wave Infrared (LWIR) and RF (Ku, Ka, & W bands). High resolution complex and dynamic multi-object, clutter, and background scenes including empirical or physics-based sky, terrestrial, maritime, and celestial targets and backgrounds; propagation/environmental attenuation; countermeasure effects. Target and background modeling systems that enable rapid model development, possibly utilizing readily available data (commercial, satellite, data collects, etc.). Compatibility with industry standard digital video interfaces such as Digital Visual Interface (DVI), High-Definition Multimedia Interface (HDMI), and DisplayPort, and existing high-bandwidth, high- speed transfer technologies such as Peripheral Component Interconnect Express (PCIe) over fiber. EO/IR characteristics - High apparent temperatures (? 2000 degrees Celsius), large frame sizes(?2048x2048), high frame rate (?400Hz), wide field-of-view (?30 degrees), high radiance resolution(?16-bit), low jitter (< 1 microradian) and low latency (< 1 frame or microseconds). RF characteristics – High image content (>2400 scatterers per-target X 8 targets plus backgrounds), high frame rates (>1200Hz), wide field-of-view (?30 degrees), high dynamic range, low jitter (< 1 microradian) and low latency (< 1 microseconds). Technology Area #2: Midcourse and navigation environment emulation/simulation. Simulation/emulation and real-time projection/injection capabilities for PNT such as Global Navigation Satellite System (GNSS) and alternative PNT solutions. Solutions shall include propagation, environmental, and countermeasure effects. Technology Area #3: Datalink and radio communication emulation/simulation. Real-time projection/injection for multi- protocol datalink and radio communication to/from/between multiple guided weapon systems and/or digital simulations of weapon systems (e.g. swarm) including propagation, environmental, and countermeasure effects; emulation/simulation of large networks, network loading, and transport; emulation/simulation of commercial low earth orbit satellite communication networks. Technology Area #4: High frame rate real-time simulation execution. Compute systems that can execute correlated real-time flight simulations for multiple systems at very high frame rates, for example, graphics processor-based computation. Types of instruments that may be awarded: Other Transactions for Prototype, under the authority of 10 U.S.C. § 4022. ***See attached 'Request for Enhanced White Papers' for complete details on submission, content, and evaluation requirements for this effort.***

Deadline: 5/20/2026
Posted: 5/27/2025
SolicitationNAICS: 541715.0

Multi-Spectral Sensing Technologies Research and Development (MUSTER)

The Air Force Research Laboratory (AFRL) Multispectral Sensing and Detection Division (RYM) in the Sensors Directorate conducts basic and applied research, advanced technology development, as well as test and evaluation to meet U.S. Air Force (USAF) aerospace electro-optical (EO) and radio frequency (RF) sensor needs for air, space and C2 sensor systems. AFRL/RYM conducts programs in modeling, simulation, research, design, test and evaluation of RF and EO subsystems and sensors for use in offensive, defensive and integrated offensive/defensive systems. AFRL/RYM ensures unequaled persistent intelligence, surveillance and reconnaissance; time sensitive targeting; and battlespace access capabilities for America’s air and space forces by developing, demonstrating and transitioning advanced RF and EO sensors. AFRL/RYM is soliciting innovative research proposals in the following Thirteen (13) research areas. Amendment 2 - Updates the Technical and Contracting Points of Contact

Deadline: 5/20/2026
Posted: 2/15/2024
SolicitationNAICS: 541715.0
Page 14 of 37