Federal Contract Opportunities

Showing 1-50 of 2,369 opportunities

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

FD2030-25-00945

NSN: 1680-01-258-5608RK NOUN: POWER COTROL ASSEM TOP DRAWING: 16VH003003-4 EDL REVISION & DATE: 6 / 22 NOV 2024 MDC CODE: NPG IM NAME: SHEPHERD, ANGELA M

Deadline: 3/28/2026
Posted: 3/28/2025
Special NoticeNAICS: 336413.0

FD2020-21-50131

NSNS: 1377-01-069-7777ES 1377-01-015-9058ES 1377-01-015-9060ES 1377-01-016-3218ES 1377-01-017-4529ES 1377-01-251-8532ES 1377-01-251-8523ES 1377-01-318-7693ES 1377-01-318-7692ES 1377-01-037-8573ES P/N: 68B710072-151 NOUN: CORD ASSEMBLY, DETON

Deadline: 3/29/2026
Posted: 3/29/2021
Special NoticeNAICS: None

FD2020-21-50092

NSNS: 1377-01-499-8853ES 1377-01-461-5529ES 1377-01-461-6040ES 1377-01-461-8066ES 1377-01-461-5486ES 1377-01-461-5530ES 1377-01-461-6043ES 1377-01-461-8069ES 1377-01-461-5520ES 1377-01-461-5538ES 1377-01-461-8064ES 1377-01-461-8074ES 1377-01-461-8082ES 1377-01-461-8304ES 1377-01-462-2328ES 1377-01-463-0549ES P/N: DAA3294P340-080 NOUN: CORD ASSEMBLY,DETON

Deadline: 3/29/2026
Posted: 3/30/2021
Special NoticeNAICS: None

FD2020-21-50061

NSN: 1377-01-269-8058ES, 1377-01-269-8059ES, 1377-01-270-0860ES, 1377-01-454-9874ES, 1377-01-454-9875ES, 1377-01-454-9862ES NOUN: CARTRIDGE, IMPULSE PART #: L287C2030, L287C2031

Deadline: 3/30/2026
Posted: 3/30/2021
Special NoticeNAICS: None

FD2020-21-00459

6610012226439WF TRANSMITTER, AOA 3 IMAGES

Deadline: 3/30/2026
Posted: 3/31/2021
Special Notice

UPCOMING INDUSTRY EVENT: [NANS BAA N00019-25-S-0001] CYBERSECURITY ENHANCEMENT INDUSTRY COLLABORATION EXCHANGE

DESCRIPTION Upcoming Industry Day: Naval Air Warfare Center Aircraft Division (NAWCAD) to hold Collaboration Exchange (CE) with Industry Event Details: 30 September 2025 [Cancelled] Rescheduled Timeframe: To Be Determined (TDB) SUMMARY NAWCAD intends to host an industry day, about cybersecurity enhancements in aviation, to provide information and foster collaboration. This event will offer an opportunity for industry partners to learn about the Government’s requirements, ask questions, and provide feedback. This announcement is for planning purposes only and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services identified in response to this notice. No solicitation documents exist at this time. Naval Aviation North Stars (NANS) Broad Agency Announcement (BAA) Industry Event: Collaboration Exchange (CE) (Date: TBD) NAVAIR’s Mission Integration and Special Programs Office (MISPO/PMA-298) Industry Event Series provides opportunities for Industry to learn about the technology needs of the naval aviation enterprise with the potential for follow-on briefings regarding technologies that industry has developed. PMA-298 and the NANS BAA team are partnering with Naval Air Warfare Development Center Aircraft Division (NAWCAD) Cyber Warfare Department to conduct early market research with a focus on concepts and technologies that enable potential cyber event data collection and analysis solutions for deployed naval aviation platforms, systems, weapons and networks. This market research will inform rapid prototyping projects and procurement strategies to field an initial solution in 18-36 months. Cybersecurity Enhancement Collaboration Exchange Event Details This one-day event will be in-person only in southern Maryland at the University of Maryland “Smart Center” and at the Naval Air Station Patuxent River, Maryland. Security clearance requirements, eligibility requirements, and registration information will be provided in the follow-up notice. GENERAL INFORMATION This notice is for planning and informational purposes only. This notice does not constitute a solicitation or a commitment by the Government to issue a solicitation or award a contract. The Government reserves the right to modify the event details. Do not send any classified information to the points of contact or address information provided in this notice Participation in this event and any discussions/release of information is strictly voluntary. No reimbursement will be made to respondents for any costs incurred in developing information for, participating in meetings with, or engaging in discussion with the Government in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. Questions will not be entertained until a follow-up notice is posted on SAM.gov with confirmation of event details.

Deadline: 3/30/2026
Posted: 9/26/2025
Special NoticeNAICS: 541715.0

Next Generation Command and Control (NGC2) Capability Characteristics

The purpose of the update performed on 17 November 2025 extends the announcement to 30 March 2026 and changes the Points of Contact. In support of the Next Generation Command and Control (NGC2) effort, the Army is reimagining its enterprise data architecture and revolutionizing its operational software framework. This includes a portfolio of solutions addressing the network and transport layers; infrastructure, data, and analytics platforms; and hardware agnostic, configurable user experiences for seamless application-based tools and services. The attached provides the NGC2 Characteristics of Need, to increase industry awareness and collaboration. The Characteristics of Need statement is a living document and will be updated as required based on technological observations and lessons learned through experimentation. The update herein is complementary to the prior released CoN in December 2024 and reflects insights from persistent experimentation and technology research. Updates from the December version are annotated in each paragraph and marked in bold italics. To gain access to the controlled attachment, your company/entity must be certified by the Joint Certification Program (JCP). Your entity/company’s Data Custodian requester (designated) on block 3A of the DD Form 2345 is the only authorized individual that can download the controlled attachment. Your entity/company is responsible for the protection of the controlled document after the download. Please mark yourself as an interested vendor to ensure you receive any future updates to this announcement. If your entity/company is not pre-certified by the JCP, you will need to apply for certification by completing a DD Form 2345 and emailing it to jcp-admin@dla.mil. Detailed information regarding the JCP application procedures are available at the JCP website at https://www.dla.mil/Logistics-Operations/Services/JCP/. The ESI Directorate and the Army Contracting Command (ACC) will not review the JCP application or issue the JCP certification. No exceptions will be made to vendors who are not certified in the JCP for the release of the controlled document. Please direct any questions regarding the JCP certification process to jcp-admin@dla.mil. To request access to download the controlled attachment, click on the tab for “Attachment/Links, then click on the title of the controlled document. The correct role is a Contracting Opportunities, Contracting and Data Entry role. When you receive the pop-up window to request access, enter the reason for the request in the window, making sure to include your entity’s CAGE Code and JCP Certification Number then hit submit. Once the notice is submitted, the access status on the controlled document will change to “Pending”. The Access POC will review your request, granting access if requirements are met or reject for correction.

Deadline: 3/30/2026
Posted: 11/17/2025
Special Notice

Broad Agency Announcement National Defense Stockpile Qualification

DLA Strategic Materials’ need for this BAA stems from the rapidly expanding requirement to stabilize and restore strategic and critical materials supply chains compromised by diminishing manufacturing sources and material shortages (DMSMS). In many cases, DMSMS constraints are self-imposed by the defense acquisition process; namely, drop-in replacement, substitute, or qualitatively better strategic and critical materials are available, but DoD cannot accept these materials because DoD has not qualified such materials for use in defense systems. Qualification of substitute strategic and critical materials represents a substantial cost-avoidance to DLA Strategic Materials, reduces dependence upon unreliable foreign sources, and improves the overall health and competitiveness of the defense industrial base. This BAA is issued under the provisions of FAR 35.016 and 6.102(d)(2). This BAA is an expression of interest only and does not commit the Government to make an award or pay proposal preparation prices generated in response to this announcement. Please see below for how to submit a white paper and, if later invited to, a proposal. No contract award will be made unless funds are available. Only a duly warranted Contracting DLA anticipates requesting proposals from multiple offerors. While a single award of approximately $3,000,000.00 is possible, multiple awards for much smaller amounts are more likely. No award is expected to have a period of performance greater than three years, with a not to exceed value of $3,000,000.00 per contract. The Government may not pay the full proposed cost or the Government may pay a percentage of the proposed cost for any future acquisitions under an Broad Agency Announcement.

Deadline: 3/30/2026
Posted: 3/28/2024
SolicitationNAICS: 541715.0

Broad Agency Announcement National Defense Stockpile Qualification

AMENDMENT One (1) Notice Type: Amendment One (1), is to revise and update the Broad Agency Announcement (BAA3) Qualification Research for Fiscal Year FY2024 thru FY2026. DLA Strategic Materials’ need for this BAA stems from the rapidly expanding requirement to stabilize and restore strategic and critical materials supply chains compromised by diminishing manufacturing sources and material shortages (DMSMS). In many cases, DMSMS constraints are self-imposed by the defense acquisition process; namely, drop-in replacement, substitute, or qualitatively better strategic and critical materials are available, but DoD cannot accept these materials because DoD has not qualified such materials for use in defense systems. Qualification of substitute strategic and critical materials represents a substantial cost-avoidance to DLA Strategic Materials, reduces dependence upon unreliable foreign sources, and improves the overall health and competitiveness of the defense industrial base. This BAA is issued under the provisions of FAR 35.016 and 6.102(d)(2). This BAA is an expression of interest only and does not commit the Government to make an award or pay proposal preparation prices generated in response to this announcement. Please see below for how to submit a white paper and, if later invited to, a proposal. No contract award will be made unless funds are available. Only a duly warranted Contracting DLA anticipates requesting proposals from multiple offerors. While a single award of approximately $3,000,000.00 is possible, multiple awards for much smaller amounts are more likely. No award is expected to have a period of performance greater than three years, with a not to exceed value of $3,000,000.00 per contract. The Government may not pay the full proposed cost or the Government may pay a percentage of the proposed cost for any future acquisitions under an Broad Agency Announcement.

Deadline: 3/30/2026
Posted: 4/9/2025
SolicitationNAICS: 541715.0

Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)

Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D) applicable for all Domestic Commodity Procurement Division solicitations issued on or after September 30, 2025. The interested vendor list option of this notice will not be used. For parties interested in selling commodities to USDA, please visit our website at: https://www.ams.usda.gov/commodity-procurement.

Deadline: 3/31/2026
Posted: 9/30/2025
Special Notice

CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)

Amendment 0004: The purpose of this amendment is to extend the RFP closing date indefinitely until Q&As and RFP documents are solidified. At which time, the updated RFP amendments and Q&A responses will be posted along with a final RFP due date. Amendment 0003: The purpose of this amendment is to extend the RFP closing date to 10:00 EDT, 03 April 2025. The Government anticipates Q&As and solictation updates/changes to be released by 26 February 2025. This extension will also provide industry time to respond to solicitation updates/changes by the extended response date/time. Amendment 0002: The purpose of this amendment is to extend the RFP closing date to 10:00 EST, 13 Februrary 2025. This extension is being issued to provide the Government additional time to respond to 1K+ Q&As. In accordance with the RFP, a future amendment will be issued to address all questions received by the response date/time. Amendment 0001: The purpose of this amendment is to extend the RFP closing date to 10:00 EST, 23 January 2025. This extension is being issued due to the number of questions received from industry and the time required to provide adequate responses. In accordance with the RFP, a future amendment will be issued to address all questions received by the response date/time. This is a solicitation to acquire a full range of professional services classifications including management activities involving policy, doctrine, planning, intelligence, strategy, exercises, logistics, assessments, and operations for multiple HQ USCENTCOM directorates, Joint Staff, Office of Secretary of Defense (OSD), and Department of Defense (DoD) counterparts along with allies and partner nations within the HQ USCENTCOM Area of Responsibility (AoR). See attached RFP FA481424R0002 and all attachments.

Deadline: 3/31/2026
Posted: 4/1/2025
Combined Synopsis/SolicitationNAICS: 541611.0

Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA

***NOTICE*** Solicitation has been paused indefinitely. See Amendment 0005 for further details.

Deadline: 3/31/2026
Posted: 8/7/2025
SolicitationNAICS: 236220.0

Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA

***NOTICE*** Solicitation has been paused indefinitely. See Amendment 0005 for further details.

Deadline: 3/31/2026
Posted: 8/7/2025
SolicitationNAICS: 236220.0

NRL Long Range Broad Agency Announcement (BAA) for Basic and Applied Research

Amendment 0004 The purpose of this amendment is to extend the due date for acceptance of White Papers and revise Appendix 1 Summary Topics and email addresses in it’s entirety. -------------------------------------------------------------- Amendment 0003 The purpose of this amendment is to extend the due date for acceptance of White Papers. All other terms and conditions remain unchanged. -------------------------------------------------------------- Amendment 0002 The purpose of this amendment is to extend the due date for acceptance of White Papers. All other terms and conditions remain unchanged. -------------------------------------------------------------- Amendment 0001 The purpose of this amendment is to extend the due date for acceptance of White Papers. All other terms and conditions remain unchanged. -------------------------------------------------------------- The Naval Research Laboratory is interested in receiving innovative proposals that offer potential for advancement and improvement in the technical topic areas listed. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.302(d) that provides for the competitive selection of research proposals. The Government reserves the right to select for award all, some, or none of the proposals received. Awards under this BAA are expected to take the form of Contracts, Grants, Cooperative Agreements and Other Transactions may also be awarded if appropriate. NRL encourages Educational Institutions, Small Businesses (SBs), Small Disadvantaged Business Concerns (SDBs) and Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) to submit proposals under this BAA. In order to conserve valuable offeror and Government resources, prospective offerors shall first submit a White Paper (WP) to the email address identified in the individual Summary Topics contained in Appedix 1, to include a rough cost estimate. If there is interest in the proposed research the offeror will be invited to submit a Formal Proposal. The selection of proposals for award will be based on a scientific review of proposals submitted in response to each BAA Summary Topic. The major purpose of the evaluation will be to determine the relative merit of the technical approach of each proposal. Business and contractual aspects, including proposed cost and cost realism, will also be considered as part of the evaluation. Selection of proposals for award will be based on the potential benefits to the Government weighed against the cost of the proposals, in view of the availability of funds. The complete BAA including proposal preparation instructions, award considerations, and evaluation criteria is also available at https://www.nrl.navy.mil/Doing-Business/Contracts/Broad-Agency-Announcements/ .

Deadline: 3/31/2026
Posted: 9/30/2025
Combined Synopsis/SolicitationNAICS: 541715.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

11/11/2025 RELEASE --Amendment 0007 Proposal Due Date Extension --Note Sam.gov date is a placeholder required by sam.gov. The table in Amendment 0007 is what should be followed. Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED ******************************************************************************************************************************** 11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11. Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ 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: 3/31/2026
Posted: 11/12/2025
RFINAICS: 236220.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

11/11/2025 RELEASE --Amendment 0007 Proposal Due Date Extension Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED ******************************************************************************************************************************** 11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11. Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ 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: 3/31/2026
Posted: 11/12/2025
RFINAICS: 236220.0

AGMS HELLFIRE and JAGM QTY ADD FOR FY26

IAW FAR 6.302-1; this procurment is sole source to Lockheed Martin Corporation, CAGE 04939. This action is to procure an additional 200 E/A HELLFIRE and 500 E/A JAGM in FY26. See attachment for specifics.

Deadline: 3/31/2026
Posted: 11/5/2025
SolicitationNAICS: 336414.0

DLA Weapons Support TF33 Spares RPOW Fall 2025

DLA Aviation TF33 Spares Requirements Projection on the Web (RPOW) is a list of projected competitive and non-competitive spare part type items for up to three fiscal years. Caution: The projections contained in RPOW may or may not generate due to variability in customer demands and priorities, especially in the year of execution. However, the RPOW projections represent the customer's validated budget and anticipated requirements forecast. The forecast data is for planning purposes only and does not constitute an invitation for bid or request for proposal, and is not a commitment by the government to purchase the described items. It is the government's intention to publish this list every Spring and Fall.

Deadline: 3/31/2026
Posted: 10/2/2025
Special NoticeNAICS: 336412.0

DLA Aviation F100 Spares RPOW Fall 2025

DLA Aviation F100 Spares Requirements Projection on the Web (RPOW) is a list of projected competitive and non-competitive spare part type items for up to three fiscal years. Caution: The projections contained in RPOW may or may not generate due to variability in customer demands and priorities, especially in the year of execution. However, the RPOW projections represent the customer's validated budget and anticipated requirements forecast. The forecast data is for planning purposes only and does not constitute an invitation for bid or request for proposal, and is not a commitment by the government to purchase the described items. It is the government's intention to publish this list every Spring and Fall

Deadline: 3/31/2026
Posted: 10/2/2025
Special NoticeNAICS: 3364.0

I downloaded and verified yesterday and put th

DLA Aviation F100 Spares Requirements Projection on the Web (RPOW) is a list of projected competitive and non-competitive spare part type items for up to three fiscal years. Caution: The projections contained in RPOW may or may not generate due to variability in customer demands and priorities, especially in the year of execution. However, the RPOW projections represent the customer's validated budget and anticipated requirements forecast. The forecast data is for planning purposes only and does not constitute an invitation for bid or request for proposal, and is not a commitment by the government to purchase the described items. It is the government's intention to publish this list every Spring and Fall

Deadline: 3/31/2026
Posted: 10/2/2025
Special NoticeNAICS: 3364.0

Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II

Pilot and Aircrew Curriculum Revision and Maintenance II (PACRM II) Multiple Award Contract (MAC) Notice of Tentative Acquisition Strategy and Draft Scope attached. 26 August 2025.***********************************************The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks potential sources to provide Pilot and Aircrew Curriculum Revision and Maintenance services for Navy and Marine Corps? Training Programs. This acquisition is necessary to ensure continued currency and accuracy of various training program?s curriculum and electronic classroom systems via a streamlined acquisition process. The PACRM supports various Navy and non-Navy customers. The predecessor approach in satisfying the requirement was the PACRM Multiple Award Contract (MAC) Indefinite Delivery / Indefinite Quantity (ID/IQ) Small Business Set-aside Contract. The PACRM MAC II approach allows streamlined, quick response procurements to meet the long-term needs of Naval and Marine Corps training commands and other Government training support activities. The PACRM services are intended to support various contract vehicle and administrative support for the revision and maintenance of Pilot, Aircrew, and Technical Training curriculum, to include support of electronic classrooms, network systems, and Foreign Military Sales (FMS) programs in support of various platforms. 0001-update time from Response time in system from AM to PM.

Deadline: 4/1/2026
Posted: 8/26/2025
PresolicitationNAICS: 541330.0

F16_AN_APG68RadarDualModeTransmitter_NSN5998012478169

QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Regulator CCA. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawings 762R923G01 and T803A77. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawings 762R923G01 and T803A77. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R923G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-247-8169 P/N: 762R923G01 Noun: Regulator CCA Application: F-16 C/D APG-68 Dual Mode Transmitter 1 Jun 2021 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $3,000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Regulator CCA and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-247-8169 P/N: 762R923G01 Noun: Regulator CCA Application: F-16 C/D APG-68 Dual Mode Transmitter 1 Jun 2021 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA

Deadline: 4/2/2026
Posted: 4/2/2024
RFINAICS: 81121.0

F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01

QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this RF Monitor. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawings 792R998G01 and T803A77. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawings 792R998G01 and T803A77. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 792R998G01, T803A77. This article shall be subjected to a form, REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-464-4241 P/N: 792R998G01 Noun: RF Monitor Application: F-16 C/D APG-68 Dual Mode Transmitter 1 Jun 2015 Section C 2/3 fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5700. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the RF Monitor and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-464-4241 P/N: 792R998G01 Noun: RF Monitor Application: F-16 C/D APG-68 Dual Mode Transmitter 1 Jun 2015 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA

Deadline: 4/2/2026
Posted: 4/2/2024
RFINAICS: 81121.0

FD2020-21-00617

NSN: 1620001690577 NOUN: BRACKET,SWITCH,DRAG P/N: 4G53465-101A

Deadline: 4/2/2026
Posted: 4/2/2021
Special NoticeNAICS: None

Manifold Assembly

THIS IS THE RFP OF THE REQUIREMENT. THIS ITEM IS RESTRICTED COMPETITIVE DUE TO CRITICAL SAFETY REQUIREMENTS. THE REQUIREMENT IS FOR NEW MANUFACTURE, NOT REPAIR. PLEASE SEE THE RFP AND ATTACHMENTS.

Deadline: 4/3/2026
Posted: 3/3/2025
SolicitationNAICS: 336412.0

F16_AMRIU_ConnectorReceptacl_NSN5935013045817_PN16VE0490063_33

requalification Notice/Sources Sought: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this CONNECTOR,RECEPTACL. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to manufacture, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. ata Verification: The offeror must verify that he has a complete data package. This verification ust include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum 81755 (CAGE) drawing 16VE049006. The offeror may also be required to produce copies of all applicable procedures, drawings, or pecifications. anufacture/Process Verification: The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data ackage. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/ GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/ GUEAA for their prior approval, a qualification test plan/procedure etailing how they intend to verify compliance with all performance, environmental, echanical, and quality assurance requirements identified by Drawing 16ZEO49. After ompletion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/ GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 16ZEO49. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the Section C 1/3 MANUFACTURING QUALIFICATION REQUIREMENTS 5935-01-304-5817 16VE049006-33 CONNECTOR,RECEPTACL F16 anufacturing capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 30 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify roduction capability. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which ill be incurred by the potential offering party to become qualified: $4,800. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 90 days. This is based on complexity of the CONNECTOR,RECEPTACL and other factors. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have onsidered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can eet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved source for this tem. Approval, however, does not guarantee subsequent contract award. Section C 2/3 MANUFACTURING QUALIFICATION REQUIREMENTS 5935-01-304-5817 16VE049006-33 CONNECTOR,RECEPTACL F16 QUALIFICATION WAIVER REQUIREMENTS who meet any of the following source Qualification Waiver Criteria (QWC) may apply for a f all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a , the offeror may still be required to provide a post-contract award first article exhibit to verify on capability: WC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). WC2: N/A WC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, ajor components, and items of that assembly. WC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to rovide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. WC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no ncrease in complexity, criticality, or other requirements over that of the similar item. At a inimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. WC6: A source previously qualified to provide an item, but which has been purchased, sold, erged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification s currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the anufacturing process. WC7: N/A Section C 3/3

Deadline: 4/4/2026
Posted: 4/4/2024
RFINAICS: 81121.0

FD2030-25-00944

NSN: 2840-01-493-9080PR NOUN: SHROUD SEGMENT, TURB TOP DRAWING: 9531M71G06 EDL REVISION & DATE: 8 / 16 DEC 2024 MDC CODE: AAM IM NAME: ROACH, REBECCA L

Deadline: 4/4/2026
Posted: 4/4/2025
Special NoticeNAICS: 336412.0

FD2020-21-00388

NSN: 1560010632132FJ P/N: 160D115028-155 NOUN: DOOR,AIRCRAFT

Deadline: 4/5/2026
Posted: 4/5/2021
Special NoticeNAICS: None

FD2020-21-00223

NSN: 1650-01-308-5493LE NOUN: SERVOVALVE, HYDRAULIC PART #: 70456

Deadline: 4/6/2026
Posted: 4/6/2021
Special NoticeNAICS: None

FD2020-21-00661

6625016743514WF STANDING WAVE METER 3 IMAGES

Deadline: 4/7/2026
Posted: 4/8/2021
Special Notice

FD2020-21-00637

5120000062866AH ALIGNMENT TOOL 254 IMAGES

Deadline: 4/7/2026
Posted: 4/8/2021
Special Notice

FD2020-21-00638

4935001065242AH 67E56331G4 FIXTURE,GUIDED MISSILE 441 IMAGES

Deadline: 4/8/2026
Posted: 7/14/2021
Special Notice

FD2020-21-00673

6150015559789WF CABLE ASSY. 3 IMAGES

Deadline: 4/8/2026
Posted: 4/9/2021
Special Notice

FD2020-21-00633

5985015243157QX 77A563084 ANTENNA

Deadline: 4/8/2026
Posted: 4/8/2021
Special Notice

FD2020-21-00638

4935001065242AH 67E56331G4 FIXTURE,GUIDED MISS

Deadline: 4/8/2026
Posted: 4/8/2021
Special Notice

F16_APG68Radar_NSN 1270011937344_PN691R750G01

REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this IF Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman Corp. (cage 97942) drawing 758R862G01 and 691R750G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 758R862G01 and 691R750G01. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 758R862G01 and 691R750G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and Section C 1/3 REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-223-5840 and 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 60 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5000.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the IF Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. Section C 2/3 REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-223-5840 and 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: N/A c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.

Deadline: 4/8/2026
Posted: 4/8/2024
RFINAICS: 336413.0

F16_APG68_Radar_NSN1270012235840_PN758R862G01

. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this IF Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman Corp. (cage 97942) drawing 758R862G01 and 691R750G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 758R862G01 and 691R750G01. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 758R862G01 and 691R750G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-223-5840 and 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar Section C 2/3 to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 60 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5000.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the IF Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-223-5840 and 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: N/A c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.

Deadline: 4/8/2026
Posted: 4/8/2024
RFINAICS: 336413.0

GraphPad Prism Subscription Renewal

SEE ATTACHED

Deadline: 4/8/2026
Posted: 4/7/2025
PresolicitationNAICS: 513210.0

Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract No. 11-2024 (OM24011) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. . This solicitation will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 4/8/2026
Posted: 4/9/2024
SolicitationNAICS: 237990.0

FD2030-25-01226

NSN: 4710-00-326-6453NZ NOUN: TUBE ASSEMBLY, METAL TOP DRAWING: 4036628 EDL REVISION & DATE: 4 /29 DEC 2023 MDC CODE: WGG IM NAME: BLAND, BARBARA A

Deadline: 4/9/2026
Posted: 4/9/2025
Special NoticeNAICS: 331420.0

FD2030-25-00260

NSN: 2840-00-343-8336NZ NOUN: SEAL, METALLIC, AIRCR TOP DRAWING: 4032669 EDL REVISION & DATE: 12 / 27 FEB 2020 MDC CODE: WCL IM NAME: HANSON-WHEELER, JERRI L

Deadline: 4/9/2026
Posted: 4/9/2025
Special NoticeNAICS: 336412.0

FD2030-25-01235

NSN: 2935-01-202-5339 NOUN: COOLER, LUBRICATING TOP DRAWING: 8427707 EDL REVISION & DATE: 29 / 4/14/2021 MDC CODE: EHK IM NAME: BOSO, CASSADY M

Deadline: 4/9/2026
Posted: 4/9/2025
Special NoticeNAICS: 336412.0

FD2030-25-00563

NSN: 1680-01-258-5608RK NOUN: POWER CONTROL ASSEM TOP DRAWING: 16VH003003-4 EDL REVISION & DATE: 6 / 22 NOV 2024 MDC CODE: NPG IM NAME: WILEMAN, SANDRA G

Deadline: 4/9/2026
Posted: 4/9/2025
Special NoticeNAICS: 336413.0

FD2030-25-01013

NSN: 2840-01-456-0085PR NOUN: SHROUD SEGMENT, TURB TOP DRAWING: 9343M40G19 EDL REVISION & DATE: 20 / 25 JUL 2023 MDC CODE: AAM IM NAME: WYCKOFF, SHIANNE S

Deadline: 4/9/2026
Posted: 4/9/2025
Special NoticeNAICS: 336412.0

Broad Agency Announcement (BAA) Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Airborne Systems Integration (ASI) Division

NAWCAD Lakehurst, NJ in support of WOLF ASI Division is soliciting white papers/proposals for research and development support in technologies that are applicable to the following: air platforms, manned and unmanned payloads, advanced computing and processing, air platform support systems, advanced air system security and protection, and improved Naval air capabilities. Example focus areas include improved technologies, techniques or advanced applications of communications, Electro-Optical (EO), Infrared (IR), Radio Frequency (RF), acoustic and non-acoustic sensors, persistent surveillance technologies, and special sensor systems for Navy manned aircraft and Unmanned Air Systems (UAS). The NAWCAD WOLF ASI Division develops advanced air platforms, sensors (e.g., acoustics, EO/IR, radar, magnetics, and other special sensors), and systems to meet current and future Naval capability demands. The purpose of these platforms, sensors and systems is to support a variety of aviation missions including distributed maritime surveillance, Air Undersea Warfare (USW), airborne strike, air warfare, counter-air, close air support and interdiction, defense suppression, advanced communications, digital interoperability, electronic attack, naval warfare and amphibious strike, Counter Unmanned Systems (C-UxS), anti-surface warfare, and contested logistic support. Most of the air platforms will be small Group 1 to Group 4 UAS or modifications to existing larger manned and unmanned air platforms. Sensors could be air deployed (via manned or unmanned aircraft), ground, surface, or undersea deployable as driven by the mission needs. Advanced computing and processing will be focused on air vehicle, payload, edge computing, artificial intelligence and machine learning, or multi-platform collaborative solutions supporting all aspects of mission information from pre-deployment, through operations, to post deployment and sustainment. Advanced air system security and protection will be focused on securing information, transmissions, anti-tampering, and reduced probability of compromise of existing technologies or technologies in development. Improved naval capabilities will focus on key naval focus areas or capability gaps supporting improved lethality, availability, and affordability. This BAA not only includes air vehicle systems, mission systems, sensors, sensor data processing, and sensor systems, but it also includes mathematical modeling of the sensors and air platforms, communication techniques between the sensors and/or platforms, interfaces, software development, the fusion and exploitation of multi-sensor data, studies, artificial intelligence, deep learning, machine learning, advanced algorithms, and other techniques used to develop advanced capabilities and reduce the cost of transitioning sensors technologies to the fleet. Furthermore, this BAA shall cover development and analysis of related air, sea, and land detection models using relevant data.

Deadline: 4/9/2026
Posted: 4/9/2025
Special NoticeNAICS: 541330.0

Broad Agency Announcement (BAA) Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Airborne Systems Integration (ASI) Division

*Amendment 1 is issued to correct the BAA closing date on the BAA document to 09 April 2026* NAWCAD Lakehurst, NJ in support of WOLF ASI Division is soliciting white papers/proposals for research and development support in technologies that are applicable to the following: air platforms, manned and unmanned payloads, advanced computing and processing, air platform support systems, advanced air system security and protection, and improved Naval air capabilities. Example focus areas include improved technologies, techniques or advanced applications of communications, Electro-Optical (EO), Infrared (IR), Radio Frequency (RF), acoustic and non-acoustic sensors, persistent surveillance technologies, and special sensor systems for Navy manned aircraft and Unmanned Air Systems (UAS). The NAWCAD WOLF ASI Division develops advanced air platforms, sensors (e.g., acoustics, EO/IR, radar, magnetics, and other special sensors), and systems to meet current and future Naval capability demands. The purpose of these platforms, sensors and systems is to support a variety of aviation missions including distributed maritime surveillance, Air Undersea Warfare (USW), airborne strike, air warfare, counter-air, close air support and interdiction, defense suppression, advanced communications, digital interoperability, electronic attack, naval warfare and amphibious strike, Counter Unmanned Systems (C-UxS), anti-surface warfare, and contested logistic support. Most of the air platforms will be small Group 1 to Group 4 UAS or modifications to existing larger manned and unmanned air platforms. Sensors could be air deployed (via manned or unmanned aircraft), ground, surface, or undersea deployable as driven by the mission needs. Advanced computing and processing will be focused on air vehicle, payload, edge computing, artificial intelligence and machine learning, or multi-platform collaborative solutions supporting all aspects of mission information from pre-deployment, through operations, to post deployment and sustainment. Advanced air system security and protection will be focused on securing information, transmissions, anti-tampering, and reduced probability of compromise of existing technologies or technologies in development. Improved naval capabilities will focus on key naval focus areas or capability gaps supporting improved lethality, availability, and affordability. This BAA not only includes air vehicle systems, mission systems, sensors, sensor data processing, and sensor systems, but it also includes mathematical modeling of the sensors and air platforms, communication techniques between the sensors and/or platforms, interfaces, software development, the fusion and exploitation of multi-sensor data, studies, artificial intelligence, deep learning, machine learning, advanced algorithms, and other techniques used to develop advanced capabilities and reduce the cost of transitioning sensors technologies to the fleet. Furthermore, this BAA shall cover development and analysis of related air, sea, and land detection models using relevant data.

Deadline: 4/9/2026
Posted: 4/15/2025
Special NoticeNAICS: 541330.0

FD2030-25-00962

NSN: 2840-01-447-2846PR NOUN: CASE, TURBINE, AIRCRA TOP DRAWING: 1276M30G02 EDL REVISION & DATE: 10 / 10 APR 2025 MDC CODE: AAM IM NAME: ROACH, REBECCA L.

Deadline: 4/10/2026
Posted: 4/10/2025
Special NoticeNAICS: 336412.0

FD2030-25-01378

NSN: 2840-01-200-5345PR NOUN: FRAME, TURBINE, AIRCR TOP DRAWING: 9343M79G02 EDL REVISION & DATE: 18 / 21 JAN 2025 MDC CODE: AAM IM NAME: ROACH, REBECCA L

Deadline: 4/10/2026
Posted: 4/10/2025
Special NoticeNAICS: 336412.0

FD2030-25-01580

NSN: 2840-01-308-7046PR NOUN: SEAL, METALLIC, AIRCR TOP DRAWING: 1441M38G06 EDL REVISION & DATE: 12 / 09 APR 2025 MDC CODE: ABB IM NAME: REUST, JESSE M.

Deadline: 4/10/2026
Posted: 4/10/2025
Special NoticeNAICS: 336412.0

FD2030-25-01671

NSN: 2925-00-627-5397OJ NOUN: WIRING HARNESS, BRAN TOP DRAWING: 6827055 EDL REVISION & DATE: 6 / 09 APR 2025 MDC CODE: RTD IM NAME: WILEMAN, SANDRA G.

Deadline: 4/10/2026
Posted: 4/10/2025
Special NoticeNAICS: 336320.0
Page 1 of 48