Federal Contract Opportunities
Showing 1-50 of 2,955 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Titanium-Tantalum Alloy Manufacturing for Biomedical and Engineering Applications
Titanium-Tantalum Alloy Manufacturing for Biomedical and Engineering Applications An innovative electrochemical process delivering cost-effective, sustainable solutions for alloy coatings and bulk manufacturing directly from metal oxides. The Challenge Traditional methods for manufacturing titanium-tantalum alloys rely on energy-intensive melting or complex powder metallurgy (PM) processes. These approaches are time-consuming, expensive, and generate significant material waste, particularly from degraded components exposed to corrosive environments during production. As demand for advanced biomedical materials and high-performance alloys grows, the industry faces pressure to innovate cost-effective and sustainable manufacturing technologies. How It Works This groundbreaking process utilizes the “contact electrode” concept to synthesize titanium-tantalum alloys directly from tantalum oxide: Direct Electrochemical Reduction: Tantalum oxide is electrochemically reduced in molten calcium chloride, releasing oxygen ions to the electrolyte. In Situ Alloy Formation: The reduced tantalum reacts chemically with a titanium current collector to form the alloy during the reduction process. Versatility: The method is applicable to both alloy coatings and bulk alloys, supporting a wide range of manufacturing needs. Low-Waste Approach: Unlike traditional methods, the current collector is intentionally incorporated into the final alloy, eliminating waste and maximizing material use. Key Advantages Cost Efficiency: Simplifies manufacturing by eliminating intermediate processing steps, reducing time and energy consumption. Material Versatility: Enables synthesis of advanced engineering alloys directly from oxide precursors. Sustainability: Converts degraded current collectors into valuable alloy materials, reducing industrial waste. Scalability: Offers potential integration with additive manufacturing (AM) techniques for near-net-shape production. Biomedical Potential: Titanium-tantalum alloys are ideal for applications such as implants, thanks to their biocompatibility and corrosion resistance. Market Applications Biomedical Devices: Manufacturing biocompatible titanium-tantalum alloys for implants and prosthetics. Metal and Structural Materials: Producing high-performance alloys for aerospace, automotive, and defense applications. Corrosion-Resistant Coatings: Creating durable alloy coatings for industrial equipment. Additive Manufacturing Integration: Fabricating near-net-shape alloy components for advanced engineering applications. INL’s Technology Deployment department focuses solely on licensing intellectual property and collaborating with industry partners who can commercialize our innovations. We do not engage in purchasing, procurement, or hiring external services for technology development. Our objective is to connect with companies interested in licensing and bringing our technologies to market.
Efficient Additive Manufacturing for Advanced U-X Nuclear Fuel Alloys
Efficient Additive Manufacturing for Advanced U-X Nuclear Fuel Alloys Revolutionizing nuclear fuel production with a streamlined, cost-effective additive manufacturing process for U-X alloys. The Challenge Fabricating U-X compounds like U3Si2 and U-Mo alloys for nuclear applications is plagued by inefficiencies and high costs. Traditional methods require multiple processing steps, such as powder fabrication, pressing, and sintering, all of which introduce production delays and increased safety concerns. Moreover, the reliance on uranium metal and conventional techniques creates additional hazards and regulatory challenges, impeding commercial scalability and adoption. How It Works This patented technology employs a Laser Engineered Net Shaping (LENS) additive manufacturing process to directly fabricate U-X alloys and compounds: Precision Deposition: The LENS system uses a localized melt pool to blend multiple powder sources, ensuring uniform chemical composition and properties. Versatility: The method accommodates gas/solid and solid/solid reactions, enabling the production of various fuel types, including monolithic and dispersive metallic fuels. Minimized Variability: Controlled deposition minimizes absorptance fluctuations, ensuring consistency in material properties. Simplified Workflow: This eliminates intermediate steps such as powder preparation and pressing, directly converting uranium precursors like UF4 into finished fuel forms. Key Advantages Reduced Complexity: Eliminates multiple traditional steps, streamlining the manufacturing process. Lower Costs: Avoids the need for uranium metal, reducing material costs and associated security requirements. Enhanced Safety: Minimizes hazards by replacing traditional powder metallurgy with additive techniques. Improved Thermal Conductivity: Facilitates the production of accident-tolerant fuels like U3Si2, with superior thermal performance compared to UO2. Customizable Fuel Designs: Enables precise control over alloy composition, supporting tailored solutions for diverse reactor needs. Market Applications Commercial Nuclear Reactors: Fabrication of U3Si2 as a next-generation accident-tolerant fuel for light water reactors. Research Reactors: Production of low-enriched uranium fuels, such as U-Mo monolithic and Al-matrix dispersive fuels, essential for scientific research and isotope production. Defense and Space Applications: Advanced nuclear fuels for specialized reactors in defense and space exploration. INL’s Technology Deployment department focuses solely on licensing intellectual property and collaborating with industry partners who can commercialize our innovations. We do not engage in purchasing, procurement, or hiring external services for technology development. Our objective is to connect with companies interested in licensing and bringing our technologies to market.
High-Temperature Compact Heat Exchangers for Harsh Environments
High-Temperature Compact Heat Exchangers for Harsh Environments Refractory Metal Designs with Embedded Sensors for Enhanced Performance and Reliability The Challenge High-temperature compact heat exchangers (CHXs) are vital for industries like power generation, chemical processing, and metallurgy. However, existing solutions made from nickel-based alloys face critical limitations: Temperature Constraints: Mechanical strength deteriorates above 750°C. Corrosion Issues: May exhibit poor resistance to harsh environments, such as molten salts. Design Limitations: 2D channel configurations restrict heat transfer efficiency. Energy-Intensive Manufacturing: Current techniques, like diffusion bonding and brazing, are challenging, resource-heavy, and inefficient. These barriers prevent CHXs from reaching the temperatures needed for peak efficiency and long-term durability in extreme conditions. How It Works This novel technology introduces high-performance CHXs using Mo- and W-based refractory alloys combined with advanced manufacturing techniques: Refractory Alloy Design: Mo- and W-based alloys are optimized for superior corrosion resistance (200%+ improvement over conventional materials) and mechanical strength at temperatures up to 1500°C. 3D Channel Fabrication: Customizable 3D flow channels are created using traditional additive manufacturing and digital light projection (DLP) printing, significantly improving heat transfer efficiency. Efficient Sintering Process: Electric Field Assisted Sintering (EFAS) compacts refractory alloys into robust structures, achieving a 70–90% reduction in energy consumption during manufacturing. Embedded Sensors: Aerosol Jet Printing (AJP) integrates multimodal sensors for real-time structural health monitoring (SHM), enabling advanced safety and reliability monitoring. This integrated approach allows for the fabrication of durable, high-performance CHXs designed for extreme environments. Key Advantages Enhanced Durability: Operates at temperatures 2x higher than nickel alloys with superior corrosion resistance. Energy Efficiency: Reduces manufacturing energy use by up to 90% compared to diffusion bonding. Customizable Designs: Enables freeform 3D channels for improved heat transfer and flow performance. Embedded Monitoring: Integrated sensors provide real-time data on temperature and strain for proactive maintenance. Cost Savings: Lowers production costs by over 30%, with scalable methods suitable for industrial deployment. Market Applications Power Generation: Enhances efficiency in advanced nuclear and concentrated solar power systems. Chemical Processing: Enables reliable operations in corrosive and high-temperature environments. Metallurgy: Improves heat recovery systems in smelting and refining processes. Industrial Safety: Provides continuous monitoring of critical systems via integrated sensors. INL’s Technology Deployment department focuses solely on licensing intellectual property and collaborating with industry partners who can commercialize our innovations. We do not engage in purchasing, procurement, or hiring external services for technology development. Our objective is to connect with companies interested in licensing and bringing our technologies to market.
Catalysts with Tunable Electrocatalytic Behavior for CO? Conversion
Catalysts with Tunable Electrocatalytic Behavior for CO? Conversion Efficient and Flexible Electrochemical Systems for Tailored Carbon Utilization The Challenge Carbon reuse is critical for achieving a sustainable economy, yet current technologies for CO? electrochemical conversion systems (CESs) face major barriers: Low Product Selectivity: Conventional catalysts produce complex mixtures, requiring additional separation processes. Rigid Systems: CESs must be redesigned for each product, increasing development costs and reducing flexibility. Economic Constraints: Profitable CO? utilization requires catalysts that maximize desirable products while minimizing energy consumption and byproduct formation. These issues hinder the scalability and economic viability of carbon utilization technologies. How It Works This innovation introduces a supported-metal catalyst with tunable electrocatalytic properties for CO? conversion at intermediate temperatures: Catalyst Composition: Sm?O?-doped-CeO? (SDC) supports dispersed iridium (Ir) in adjustable size regimes, allowing precise control of catalytic behavior. Tunable Electrocatalytic Behavior: By varying the size of Ir particles: Nanoparticles (SDC/Ir-Ir): Favor CH? production. Single Atoms (SDC/Ir-O): Promote CO production. Selective Product Control: Adjusting Ir size enables the production of CO, CH?, or mixtures with specific ratios, without altering CES components. This approach maximizes product flexibility and efficiency while simplifying system design and operation. Key Advantages High Selectivity: Produces target chemicals with minimal byproducts, improving energy efficiency and reducing separation costs. Flexibility: Easily switches product outputs (e.g., CO or CH?) by tuning catalyst properties, eliminating the need for structural CES redesigns. Cost Efficiency: Avoids additional R&D expenses for new catalyst compositions or CES designs. Scalable Solution: Supports diverse industries with varying product requirements, adapting to multiple applications. Market Applications Carbon-Intensive Industries: Emitters like power plants and refineries can convert CO? into valuable chemicals on-site. Chemical Manufacturing: Supports the production of CO (a precursor for fuels and polymers) and CH? (a renewable energy source). Carbon Utilization Economics: Enhances the profitability of CO? capture, utilization, and storage (CCUS) initiatives. INL’s Technology Deployment department focuses solely on licensing intellectual property and collaborating with industry partners who can commercialize our innovations. We do not engage in purchasing, procurement, or hiring external services for technology development. Our objective is to connect with companies interested in licensing and bringing our technologies to market.
Transforming Biomass Preprocessing for Advanced Gasification
Transforming Biomass Preprocessing for Advanced Gasification Efficient and Scalable Biomass Feedstock Preparation for High-Performance Gasifiers The Challenge Biomass presents unique challenges as a feedstock for gasification due to its fibrous nature and hydrophilic properties. Conventional methods struggle to achieve the fine particle size and uniform characteristics required for advanced gasification systems. Problems such as high energy demands, inconsistent particle morphology, and poor flow characteristics often lead to reduced throughput and operational inefficiencies. Current solutions—like ball milling—fall short in handling the tensile and structural resilience of biomass, making it a barrier to the efficient adoption of biomass-based gasification. How It Works This process combines densification and torrefaction to prepare biomass for advanced gasifiers: Densification: Compresses the biomass into dense pellets, rearranging particles and creating a more uniform structure. During compression, natural lignin migrates to fill gaps, smoothing particle boundaries and improving flow characteristics. Torrefaction: Applies thermal energy in an oxygen-free environment to partially devolatilize the biomass, reducing its fibrous strength and making it hydrophobic. This embrittles the material, simplifying size reduction and reducing energy demands. Enhanced Pulverization: The pretreated biomass is pulverized using high-throughput hammer mills, achieving fine particle sizes with a 10x reduction in size reduction energy. This ensures particles with an ideal aspect ratio, smooth surfaces, and uniform density, which are essential for efficient gasifier feed. This streamlined preprocessing method ensures consistent particle size and flow properties, optimizing biomass compatibility with entrained flow gasification systems. Key Advantages Energy Efficiency: Reduces size reduction energy by a factor of 10 compared to conventional methods. Improved Flow Properties: Creates smooth, dense particles with enhanced flow characteristics, minimizing feedline blockages and downtime. Scalable Design: Achieves fine particle sizes at high throughput, meeting the demands of industrial-scale gasifiers. Adaptability: Supports diverse feedstocks, including corn stover, woody biomass, and municipal solid waste, expanding the range of usable materials. Hydrophobic Conversion: Torrefaction reduces moisture content and enhances storage stability by making biomass hydrophobic. Market Applications Gasification Systems: Improves the performance of advanced gasifiers by enabling efficient handling of biomass feedstocks. Renewable Energy Projects: Supports the growing need for sustainable energy solutions by enhancing biomass utilization. Oil and Gas Alternatives: Aligns with the strategic goals of oil and gas companies transitioning to renewable energy. Research and Development: Facilitates advancements in biomass preprocessing for academic and industrial research. INL’s Technology Deployment department focuses solely on licensing intellectual property and collaborating with industry partners who can commercialize our innovations. We do not engage in purchasing, procurement, or hiring external services for technology development. Our objective is to connect with companies interested in licensing and bringing our technologies to market.
Precision Steam Generation for High-Temperature Electrolysis
Precision Steam Generation for High-Temperature Electrolysis Efficient, Low-Temperature Hydrogen-Steam Mixtures for Industrial Applications The Challenge Consistent and stable steam generation is a cornerstone of high-temperature electrolysis systems, where fluctuating flow rates, pressure variations, and imprecise fuel compositions can severely hinder efficiency. Traditional methods, such as boilers, bubblers, or hot plate vaporizers, often fall short due to their high energy demands and inability to utilize low-temperature waste heat effectively. For industries advancing hydrogen production and energy efficiency, there’s a critical need for a solution that ensures reliability without adding significant thermal load. How It Works The Hydrogen Enhanced Evaporation System offers an innovative method for creating hydrogen-steam mixtures: Hydrogen Injection: Controlled hydrogen flow enters a packed column designed for maximum surface area contact. Thermal Gradient Control: A temperature-controlled gradient is established along the column, from cooler inlets to heated outlets, using electric heaters or embedded heat exchangers. Water Integration: Water is introduced at specific column points, mass flow-controlled, and evaporated into the hydrogen stream via contact with heated surfaces, achieving precise mixture compositions. Low-Temperature Efficiency: Steam is generated at sub-boiling temperatures (<100°C), significantly lowering the energy threshold and enabling the use of low-grade waste heat. This method marries the precision of vaporization with the stability of evaporation while eliminating the pitfalls of condensation or pressure fluctuations. Key Advantages Reduced Energy Demands: Operates with low-grade heat sources, reducing thermal energy costs. Exact Control: Achieves precise hydrogen-steam ratios through controlled flow and temperature management. Minimized Pressure Variations: Evaporation-based process prevents pressure inconsistencies common in traditional methods. Enhanced Efficiency: Fully evaporates water without boiling, optimizing heat utilization and stability. Versatility: Works with various thermal energy sources, including renewable and waste heat systems. Market Applications Hydrogen Electrolysis Systems: Supporting consistent fuel input for optimal electrolyzer efficiency in hydrogen production plants. Industrial Heating Systems: Enabling better integration of low-grade heat sources in processes requiring controlled steam mixtures. Energy Recovery Systems: Utilizing waste heat from industrial operations to produce hydrogen-steam mixtures economically. Renewable Energy Integration: Supporting green hydrogen initiatives by reducing dependency on high-temperature energy inputs. INL’s Technology Deployment department focuses solely on licensing intellectual property and collaborating with industry partners who can commercialize our innovations. We do not engage in purchasing, procurement, or hiring external services for technology development. Our objective is to connect with companies interested in licensing and bringing our technologies to market.
Enhanced Frequency Response for Run-of-River Hydropower Plants
Enhanced Frequency Response for Run-of-River Hydropower Plants A Control Policy Leveraging Energy Storage Systems for Standalone Operation Stability There are thousands of Run-of-river (RoR) hydropower plants (HPPs) across the U.S. Many are interconnected to distribution or sub-transmission systems or relatively weakly connected parts of the electric grid. These plants are typically designed and optimized to operate at peak efficiency and cannot provide grid support under current protocols such as frequency regulation. If these hydropower plants could provide frequency regulation, they would enable more independent grid management of local loads (i.e., allow the use of the hydropower plants to form microgrids). How It Works This innovative control policy enhances the frequency response of RoR HPPs in standalone mode by integrating energy storage systems through advanced control architecture: Frequency Control: Utilizes rate-of-change of frequency (RoCoF) and f-Watt (frequency-Watt) strategies to stabilize frequency fluctuations. Energy Storage Management: Ensures optimal energy storage system (ESS) performance by managing state-of-charge (SOC), preventing overcharge/discharge, and maintaining rechargeability. Current and Voltage Control: Employs a bounded integral feedback strategy for DC-DC converters and inverters, ensuring closed-loop stability during power injection and transfer. Integrated System Design: Combines frequency, current, and voltage control to improve response while maintaining operational stability. The result is a robust solution for energy storage integration, enabling RoR HPPs to deliver reliable performance even under challenging conditions. Key Advantages Improved Frequency Response: Enhances system stability with advanced RoCoF and f-Watt strategies. Energy Storage Optimization: Prevents energy storage system overcharge/discharge while enabling recharge capabilities. Guaranteed Stability: Utilizes bounded integral control to ensure closed-loop system reliability. Integrated Solution: Combines frequency and current/voltage control for comprehensive performance enhancement. Versatility: Applicable to other renewable systems, including solar, wind, and marine energy microgrids Applications: Small hydropower plants contribute 3.7GW to the U.S. grid. This technology could be integrated with these assets to enhance grid stability and resiliency. Microgrid Developers: Enhances standalone operation for renewable energy-based microgrids with ESS. Energy Storage Solutions: Expands the functionality of ESS in renewable energy applications. Government and Research Institutions: Supports DOE initiatives for sustainable energy and critical load management. INL’s Technology Deployment department focuses solely on licensing intellectual property and collaborating with industry partners who can commercialize our innovations. We do not engage in purchasing, procurement, or hiring external services for technology development. Our objective is to connect with companies interested in licensing and bringing our technologies to market.
NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
Sealed bids from certified Small Business Concerns only will be accepted for the NP BLRI PVT PRES FY25(1), Pavement Preservation on Blue Ridge Parkway Mainline, From MP 143.11 to MP 174.60, Solicitation Number 693C73-26-B-000003, located in Floyd, Franklin and Patrick Counties, Virginia. The project consists of pavement preservation along the Blue Ridge Parkway Virginia from Milepost 143.11 to MP 174.60. The work includes placement of chip seal and fog seal, patching, crack sealing and cleaning, pavement markings, and other miscellaneous work. The project will be split into multiple work schedules/contract options, with the cost of the entire project expected to fall within the price range of $2,000,000 to $5,000,000. Bid documents should be issued on or about November 20, 2025. Bid due date and location will be specified on the SF 1442, Block 13a of the Solicitation. Use Internet address https://www.sam.gov (click on Contract Opportunities, then type “693C73” in the Search Contract Opportunities box and click the search button and all available projects will be listed) to check for the availability of advertisement documents. All documents can be directly downloaded from this website. Solicitation documents will not be mailed. Register to receive email notifications to be automatically notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at this website, there will be no Interested Vendors List. Please send all questions concerning construction projects to eflhd.contracts@dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. IMPORTANT SAM REGISTRATION AND PAYMENT REQUIREMENTS In accordance with Federal Acquisition Regulation (FAR) 52.204-7 (DEVIATION SEP 2025), prospective contractors shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer in response to this solicitation and at the time of award. To register in SAM, go to https://www.sam.gov. Annual contractor representations and certifications must be completed online at https://www.sam.gov. Also, FAR 52.232-33 requires SAM registration for payment. The required annual Form VETS-4212 must also be completed online at http://www.dol.gov/vets/vets4212.htm per FAR 52.222-37. PLEASE NOTE For security reasons, individuals requiring access to all government buildings must present a valid photo ID and be escorted to their destination by a Government employee. All visitors attending bid openings are urged to arrive at least 1 hour prior to a scheduled bid opening. All visitors must sign in at the main entrance of the Quantum Park facility and wait to be escorted by a Government employee to Eastern Federal Lands Highway Division (EFLHD) in Suite 200. Visitors must then register with the EFLHD Receptionist. A Government employee will collect all bids. Prior to the bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry and no exceptions will be made. Bidders are encouraged to submit bids electronically per the instructions provided in the solicitation.
Strategic Environmental Research and Development Program Core Broad Agency Announcement
BOTH SMALL BUSINESS AND LARGE BUSINESS ARE ENCOURAGED TO RESPOND The Department of Defense (DoD) Strategic Environmental Research and Development Program (SERDP) is interested in receiving pre-proposals for research focusing in the areas of Environmental Restoration, Resource Conservation and Resilience, and Weapons Systems and Platforms. This notice constitutes a Broad Agency Announcement as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). Readers should note that this is an announcement to declare DoD SERDP’s intent to competitively fund research and development for environmental research that addresses the Statements of Need set forth in the Announcement. SERDP supports environmental research relevant to the management and mission of the DoD and supports efforts that lead to the development and application of innovative environmental technologies or methods that improve the environmental performance of DoD by improving outcomes, managing environmental risks, and/or reducing costs or time required to resolve environmental problems. The Program Announcement and complete submittal instructions are found on the DoD SERDP website at https://serdp-estcp.mil/workwithus. To be eligible for consideration, readers wishing to respond to this announcement must submit a pre-proposal in accordance with all instructions on the SERDP website no later than 2:00 PM Eastern Time on 13 January 2026. No electronic mail, faxed, or hard copy proposals will be accepted. No other announcement of this opportunity will be made. It is the sole responsibility of the proposer to make certain the proposal is properly received by SERDP. Awards will take the form of contracts. Submission of pre-proposals is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of proposals or travel to present oral presentations in support of the proposals. There is no commitment by SERDP to make any contract awards, nor to be responsible for any costs incurred by the offeror before contract award is made. It is anticipated that multiple awards totaling approximately $10 million will be made available for projects dependent upon the quality of proposals received and availability of funds. Awardees under this BAA will be selected through a multi-stage review process. The pre-proposal review step allows interested organizations to submit research pre-proposals for Government consideration without incurring the expense of a full proposal. Based upon the pre-proposal evaluation by SERDP, each of the pre-proposal submitters will be notified as to whether SERDP requests or does not request the submission of a full proposal. As noted in the instructions located on the SERDP website, evaluation criteria for pre-proposals are, in decreasing order of importance, Technical Merit, Personnel, and Cost. Due to the anticipated volume of pre-proposals that will be received, SERDP will not provide debriefs on those that are not requested to submit a full proposal. Instructions for preparing a full proposal will be provided at the time of notification. A request for submission of a full proposal does not indicate a decision has been made to make an award for that work. Evaluation criteria for full proposals will include Transition Plan in addition to the criteria above. The North American Industry Classification System (NAICS) code is 541715 with the small business size standard of 1000 employees. Prior to award, selected contract proposals that exceed $900,000 submitted by all Other than Small (large or non-profits, including universities) Business concerns must be accompanied by a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and elements as described in the checklist in DFARS PGI 219.705-4 at http://business.defense.gov/Acquisition/Subcontracting/. Selectees who are located outside the United States and outlying areas who will perform their project outside of the United States and outlying areas are exempt from submitting a Small Business Subcontracting Plan. The US Army Corps of Engineers (USACE) Mission Support Battalion (UMSB) Small Business Office website at UMSB Small Business Office provides information on how to prepare a subcontracting plan, along with links to find small businesses to participate. See the attached instructions for additional information regarding Small Business Subcontracting Plans. Additionally, please see the attached template for submitting an Individual Small Business Subcontracting Plan. Points of Contact: Procedural/Technical Questions - SERDP Office, 571-372-6565 Contract Questions – UMSB Contracting Officer Shannon N. Benson, 703-428-7407; shannon.n.benson@usace.army.mil Small Business Participation Plan or Subcontracting Plan - UMSB Small Business Representative Monique Holmes 202-934-1816, monique.m.holmes@usace.army.mil
X1DB--Santa Maria Lease
DEPARTMENT OF VETERANS AFFAIRS (VA) REQUEST FOR LEASE PROPOSALS Unrestricted Procurement/Open Market See attached Zip Drive and complete all documentation NO. 36C10F250043 Santa Maria, CA Offers due by 1/13/2026 In order to be considered for award, offers conforming to the requirements of the RLP shall be received no later than 5:00 pm ET on the date above. See Receipt Of Lease Proposals herein for additional information. Questions are due by 5:00 pm ET on 11/19/2025. A Pre-Bid conference is scheduled to be held virtually at 1:00 pm ET on 11/13/2025. Parties interested in attending are required to pre-register by submitting a completed registration table (see in list of RLP documents) to Brad Seifert and Teddy Seifert at BSEIFERT@PPWASHDC.COM and TSEIFERT@PPWASHDC.COM no later than 5:00 pm ET on 11/12/2025 This Request for Lease Proposals ("RLP") sets forth instructions and requirements for proposals for a Lease described in the RLP documents. Proposals conforming to the RLP requirements will be evaluated in accordance with the Method of Award set forth herein to select an Offeror for award. The Government will award the Lease to the selected Offeror, subject to the conditions herein.
FD2020-21-00393
NSN: 1650-01-282-3595LE NOUN: CYLINDER ASSEMBLY PART #: 3400770-9
FD2020-19-00759-04
NSN: 1620-01-030-7948 NOUN: COLLAR, TORQUE, LANDING GEAR PART #: HP1118660-3
NAWCWD FY25 Industry Day
The Naval Air Warfare Center Weapons Division (NAWCWD) announces their attendance at the California Contracting, Acquisition, and Procurement (CCAP) Industry Days on February 4th and 5th, 2025 at the Kerr McGee Center in Ridgecrest, CA. This two-day in-person event serves as a leading forum for networking and learning about NAWCWD contracting opportunities with government personnel from China Lake and Point Mugu, CA and industry professionals. Topics include the NAWCWD FY 25 Long Range Acquisition Forecast (LRAF) contract requirements. Note: NAWCWD is not the official hosts or sponsors of this event, but are active participants. Registration: California Contracting, Acquisition and Procurement (CCAP) NAWCWD Industry Days Expo CCAP Industry Days NAWCWD 2025 Tickets, Tue, Feb 4, 2025, at 9:00 AM | Eventbrite This Special Notice is for informational purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services.
NAWCWD FY25 Industry Day
The Naval Air Warfare Center Weapons Division (NAWCWD) announces their attendance at the California Contracting, Acquisition, and Procurement (CCAP) Industry Days on February 4th and 5th, 2025 at the Kerr McGee Center in Ridgecrest, CA. This two-day in-person event serves as a leading forum for networking and learning about NAWCWD contracting opportunities with government personnel from China Lake and Point Mugu, CA and industry professionals. Topics include the NAWCWD FY 25 Long Range Acquisition Forecast (LRAF) contract requirements. Note: NAWCWD is not the official hosts or sponsors of this event, but are active participants. Registration: https://www.ccapexpo.com/ https://www.eventbrite.com/e/ccap-industry-days-nawcwd-2025-tickets-886011834247?aff=oddtdtcreator This Special Notice is for informational purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA. Amendment 1 - Call for Executive Summaries for US "Iron Dome" Architecture Studies: Under the PWSA STEC BAA, FA240125S0001, SDA is issuing this Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome” architecture and capability. This call for Executive Summaries falls under BAA Focus Area #3; Advanced Target Custody, Warning, Tracking, and Defeat. SDA will respond to these Executive Summaries with a statement as to whether or not SDA is interested in the idea. A letter of interest will encourge/discrouage the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Friday Febraury 28, 2025. See the attachment for details. Amendment 2 - This amendment corrects the unclassified email address associated with the BAA. The correct unclassified email address is ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. To prevent confusion an updated BAA document (revision 1) has been posted with this amendment containing this corrected email address. The update to the unclassified email address was the only change made to the original document. Please resend any messages previously sent to ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. Amendment 3 - PWSA Ground Segment & AppFac Transition Study Call for Executive Summaries: Under the Systems, Technologies, and Emerging Capabilities (STEC) Space Development Agency (SDA) Broad Agency Announcement, FA240125S0001, posted on SAM.gov on January 15th, 2025, SDA is soliciting this call for executive summaries. SDA is soliciting executive summaries describing the technical approach the performer will utilize to perform 180-day studies on evolving the current Proliferated Warfighter Space Architecture (PWSA) Ground Segment (GS) and the Battle Management, Command, Control, and Communications (BMC3) software Application Factory (AppFac). This Call for Executive Summaries falls under SDA BAA Focus Area #4 – Global Battle Management. A letter of interest will be sent to all respondents encourging/discrouaging the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Monday April 14th, 2025. See the Call for Executive Summaries and associated attachments for additional details.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA. Amendment 1 - Call for Executive Summaries for US "Iron Dome" Architecture Studies: Under the PWSA STEC BAA, FA240125S0001, SDA is issuing this Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome” architecture and capability. This call for Executive Summaries falls under BAA Focus Area #3; Advanced Target Custody, Warning, Tracking, and Defeat. SDA will respond to these Executive Summaries with a statement as to whether or not SDA is interested in the idea. A letter of interest will encourge/discrouage the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Friday Febraury 28, 2025. See the attachment for details. Amendment 2 - This amendment corrects the unclassified email address associated with the BAA. The correct unclassified email address is ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. To prevent confusion an updated BAA document (revision 1) has been posted with this amendment containing this corrected email address. The update to the unclassified email address was the only change made to the original document. Please resend any messages previously sent to ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA. Amendment 1 - Call for Executive Summaries for US "Iron Dome" Architecture Studies: Under the PWSA STEC BAA, FA240125S0001, SDA is issuing this Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome” architecture and capability. This call for Executive Summaries falls under BAA Focus Area #3; Advanced Target Custody, Warning, Tracking, and Defeat. SDA will respond to these Executive Summaries with a statement as to whether or not SDA is interested in the idea. A letter of interest will encourge/discrouage the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Friday Febraury 28, 2025. See the attachment for details.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA. Amendment 1 - Call for Executive Summaries for US "Iron Dome" Architecture Studies: Under the PWSA STEC BAA, FA240125S0001, SDA is issuing this Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome” architecture and capability. This call for Executive Summaries falls under BAA Focus Area #3; Advanced Target Custody, Warning, Tracking, and Defeat. SDA will respond to these Executive Summaries with a statement as to whether or not SDA is interested in the idea. A letter of interest will encourge/discrouage the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Friday Febraury 28, 2025. See the attachment for details. Amendment 2 - This amendment corrects the unclassified email address associated with the BAA. The correct unclassified email address is ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. To prevent confusion an updated BAA document (revision 1) has been posted with this amendment containing this corrected email address. The update to the unclassified email address was the only change made to the original document. Please resend any messages previously sent to ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. Amendment 3 - PWSA Ground Segment & AppFac Transition Study Call for Executive Summaries: Under the Systems, Technologies, and Emerging Capabilities (STEC) Space Development Agency (SDA) Broad Agency Announcement, FA240125S0001, posted on SAM.gov on January 15th, 2025, SDA is soliciting this call for executive summaries. SDA is soliciting executive summaries describing the technical approach the performer will utilize to perform 180-day studies on evolving the current Proliferated Warfighter Space Architecture (PWSA) Ground Segment (GS) and the Battle Management, Command, Control, and Communications (BMC3) software Application Factory (AppFac). This Call for Executive Summaries falls under SDA BAA Focus Area #4 – Global Battle Management. A letter of interest will be sent to all respondents encourging/discrouaging the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Monday April 14th, 2025. See the Call for Executive Summaries and associated attachments for additional details. Amendment 4 - Final Deadline - Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome”: The deadline for submission of Executive Summaries for this Call is Tuesday April 8, 2025 at 1600 Eastern. Submissions received after this time will not be reveiwed.
FD2020-21-00311
6150-01-515-4081AH CABLE ASSY 85 IMAGES
FD2020-21-00302
1420-00-738-2464AH COVER ASSY 10 IMAGES
FD2020-21-00371
6150-01-204-3695WF CABLE ASSEMBLY 114 IMAGES
FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
This synopsis is for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging – Select Sites. This acquisition is being offered as a 100% Small Business set-aside solicitation and will result in a single Firm Fixed Price Contract Award. The magnitude of this requirement per FAR 36.204 is between $1,000,000 and $5,000,000. Project Location: The work is located within the Savannah District’s portion of the AIWW shallow draft waterway in the state of South Carolina (Beaufort County) and in the state of Georgia (Chatham County). The AIWW in Savannah District begins in Port Royal Sound, South Carolina and ends in Cumberland Sound, Georgia. The AIWW is 12 feet deep MLLW with widths from 90 feet in land cuts to 150 feet in natural waterways. Project Description: Up to seventy-eight thousand (78,000) cubic yards of maintenance material is expected to be removed from the federally maintained channel from Daufuskie Reach. Up to one hundred thirty thousand (130,000) cubic yards of maintenance material is expected to be removed from the federally maintained channel from Isle of Hope Reach. Sediment to be dredged in Daufuskie Reach from stations 22+400 to 31+000 (Ramshorn Creek) and stations 41+000 to 45+000 (Walls Cut) may be pumped up to seven (7) miles to placement site 14B. Sediment to be dredged in Isle of Hope Reach from stations 24+000 to 35+200 (Wilmington River) will be pumped up to seven (7) miles to placement site DMCA 14B. Evaluation Criteria: The contract will be solicited and procured using Sealed Bidding Procedures under FAR Part 14. NOTE: This solicitation will be issued in electronic format and is anticipated to be available on or about November 21, 2025. Please note that only authorized transmission method for proposals in response to this solicitation is electronic format via the PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE), no other transmission methods (email, facsimile, regular mail, hand carried, etc.) will be accepted. The Offeror’s Bid must be received by the Government by the date/time specified in the solicitation. Offerors shall submit their proposal using the following link: https://piee.eb.mil/. The bid opening date will be specified in the solicitation when issued. No additional media (CDROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in System for Award Management (SAM) at https://www.sam.gov After completing SAM registration, interested Contractors and their subcontractors must then follow the instructions listed in the solicitation documents to obtain access to the plans and specifications for this solicitation. Contractors that have an existing account should be able to use their existing logins to search for the solicitation number once it is released at https://www.sam.gov. It is the Offeror’s responsibility to check the internet address provided in the solicitation as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Please refer to https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtml for instruction posted at the PIEE website for vendor user registration. Please refer to https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml for all instructions and training posted at the PIEE website to include posting an o?er and proposal manager functions, roles, and capabilities. Please refer to https://dodprocurementtoolbox.com/site-pages/solicitation-module for additional instructions to include frequently asked questions and vendor access instructions. Contractual questions should be forwarded to the Contract Specialist, Amy L. Collins at Amy.L.Collins@usace.army.mil or the attention of the Contracting Officer, Glenda A. Canty at Glenda.A.Canty@usace.army.mil
Partnerships for Transformational Artificial Intelligence Models
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for the purpose of conducting market research and does not constitute a solicitation or a promise to issue a solicitation. Responses are voluntary and will be used to inform strategic planning, program design, and future funding mechanisms. SUMMARY: In accordance with Section 50404 of Public Law 119-21, the Department of Energy (DOE) intends to establish a public-private consortium to curate DOE scientific data across the National Laboratory complex for use in artificial intelligence (AI) models and to develop self-improving AI models for science and engineering using this data. These models must be provided to the scientific community through a system of United States government, academic, and private-sector programs and infrastructure which includes the use of cloud technologies. This historic mobilization of DOE, the National Laboratories[1], and private partners will serve as a force multiplier in executing America’s AI Action Plan[2] to achieve global dominance in AI, and to advance scientific discovery, energy, and national security. DOE seeks input from: Institutions, including businesses of all sizes, developing leading-edge AI models and interested in leveraging DOE data, facilities, and/or expertise. Institutions, including businesses of all sizes, interested in partnering with DOE and the National Laboratories, potentially in combination with AI developers, to develop AI models with enhanced capabilities. Think tanks, investors, and research organizations. And other interested entities. Submission Instructions: Responses should not exceed 5 pages, including attachments or cover letters, except as noted below. Please include: Organization name and point of contact. Optionally, responses may include an appendix providing feedback or changes to specific terms and conditions or DOE policy, including to DOE’s standard patent and data rights as noted above or to the RTES requirements in Appendix I. Providing alternate wording, along with a rationale for that wording, addressing the purpose of each provision that would not impede quickly and effectively establishing AI partnerships is encouraged. This appendix is not included in the page-count limit noted above. Responses should be submitted electronically to AICommunityInput@science.doe.gov and include “Transformational Artificial Intelligence Models” in the subject line of the email. FOR FURTHER INFORMATION CONTACT: Questions may be addressed to the DOE Office of Science AI Team through AICommunityInput@science.doe.gov.
FD2030-24-00629
NSN: 2840-01-321-4453NZ NOUN: SHROUD SEGMENT, TURB TOP DRAWING: 4077434-01 EDL REVISION & DATE: 13 / 18 FEB 2022 MDC CODE: W9C IM NAME: HANSON-WHEELER, JERRI L.
59--CORD ASSEMBLY,ELECT
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifications Section C and Section E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| INSPECTION/ACCEPTANCE POINT|6||||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|11|317|0001AB|26|317|0001AC|25|317||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|Firm-fixed price| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4. If requirement will be packaged at a location different from the offeror?s address, the offeror shall provide the name, street address, and CAGE of the facility. 5. Any contract awarded as a result of this solicitation will be ;DO; certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 7. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers IAW FAR 13.106(a)(2). \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CORD ASSEMBLY,ELECT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=6292767 |53711| B|FN |D| | | | DRAWING DATA=7552006 |53711| B|FN |D| | | | DRAWING DATA=7552008 |53711| B|FN |D| | | | DRAWING DATA=7552009 |53711| A|FN |D| | | | DRAWING DATA=7609476 |53711| A|VD |D| | | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=NAVSEA S9320-AM-PRO-020/MLDG | | |2 |990816|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the CORD ASSEMBLY,ELECT furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;7609476; cage ;53711; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.4.1 NAVSEA S9320-AM-PRO-020/MLDG - Manufacture of this item requires vendor certification in accordance with NAVSEA S9320-AM-PRO-020/MLDG. 3.4.2 ;Submarine outboard cable assembly that must be in compliance with molding manual NAVSEA S9320-AM-PRO-020/MLDG. Product must be manufactured by a PRO-020 certified vendor with a copy of a Test Inspection Report accompanying each cable assembly delivered. The manual provides minimum guidelines for cable assembly molding, inspection, and testing. Vendors are audited for compliance with personnel training/certification requirements, safety and environmental controls, and equipment requirements.; 3.5 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. 3.6 ;A Quality Conformance Test Plan (QCTP) shall be submitted for government approval. Approval of this plan is required prior to scheduling First Article testing. The In-Service Engineering Agent (ISEA), Naval Undersea Warfare Center Division Keyport Code 435, will witness First Article Testing (see dwg 7609476 Note 22). If First Article testing is waived, approval of the QCTP is required prior to testing the first production lot unit. The Defense Contract Management Agency will act as the ISEA's designated representative (per note 19) and will witness quality conformance testing on the first production lot unit.; 3.7 First Article Test Procedures are required and must be approved prior to any First Article Testing. 3.8 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.9 Hydrostatic Test - Hydrostatic Testing of the CORD ASSEMBLY,ELECT shall be in accordance with ;Hydrostatic Test-Hydrostatic Testing of the CORD ASSEMBLY,ELECT shall be in accordance with Note 19 (E) on Dwg 7609476.; . 3.10 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.11 Serialization - The supplier shall mark a serial number on each CORD ASSEMBLY,ELECT in accordance with ;DWG 7609476 NOTE 16; . Actual serial numbers will be assigned ;SERIAL NUMBER TO BE OBTAINED FROM ISEA, NUWC DIVISION KEYPORT, 610 DOWELL ST, KEYPORT, WA 98345, SUBMARINE UNDERSEA DEFENSIVE SYSTEMS BRANCH. Send request to NUWC_KYPT_SerialNumber@navy.mil Report unused serial numbers to NUWC_KYPT_SerialNumber@navy.mil Transfer of unused serial numbers to other contracts is prohibited unless authorized by the NAVUNSEAWARCENDIV.; . 3.12 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.13 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/Deviations shall be presented to the Government Quality Assurance Representative (QAR) for comment. (The QAR shall forward the request, with their comments, directly to the post award PCO within five working days after receipt.) 3.14 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD023; in ECDS at https://register.nslc.navy.mil/ 3.15 ;FAT is required IAW DWG 7609476 Rev A note 23. FA testing shall be conducted if suggested source of supply identified in note 22 has not been qualified & Approved by NAVSEA. FA testing / Quality Conformance Testing shall be conducted IAW requirements denoted in note 19 and the PRO-20 Manual, VOL II.; 3.16 ;Referencing note 4 of 7609476, the cable shall conform to the requirements of drawing 53711-8292767 and qualification testing shall be performed if cable is procured from a source other than suggest source supply. Vendor should track the bulk Cable, ITEM NO. 4, according to the supplier's production runs. A production run is defined as bulk cable manufactured using the same constituents under a single contract as indicated on the cable jacket.; 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.6 First Article Test Procedures - (Government Approval) - The Contractor shall prepare and submit test procedures in accordance with the Contract Data Requirements List (DD Form 1423). The test procedures shall be approved prior to production. There is hereby created an option for the Government to waive the requirement for submission of a test procedure. If the Offeror has had its test procedure previously approved by the Government, furnish the name of the approval activity, date of approval, and contract number under which the test procedure was approved. In the event the Government exercises the option to waive submission of a test procedure, the previously approved procedure shall apply to the contract/purchase order. 4.7 First Article Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). The report shall be approved prior to production. 4.8 Production Lot Test Procedures - (Government Approval) - The Contractor shall prepare and submit test procedures in accordance with the Contract Data Requirements List (DD Form 1423). There is hereby created an option for the Government to waive the requirement for submission of a test procedure. If the Offeror has had its test procedure proviously approved by the Government, furnish the name of the approval activity, date of approval, and contract number under which the test procedure was approved. In the event the Government exercises the option to waive submission of a test procedure, the previously approved procedure shall apply to the contract/purchase order. 4.9 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.10 Material Certification - The material composition inspection shall consist of a certification that material requirements have been met. The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.11 Nondestructive Test/Inspection Report - The Contractor shall prepare and submit ;preshipment; test/inspection report(s) in accordance with the Contract Data Requirements List (DD Form 1423). 4.12 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;Note 19 of Dwg 7609476 Quality Conformance Testing of all manufactured cable assemblies.; . 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. DATE OF FIRST SUBMISSION=ASREQ ;The contractor shall prepare a First Article Qualification Test Plan IAW Notes 19 and 23 of DWG7609476 and the PRO-020 Manual Vol II, and submit for Approval. Approval of the plan is required prior to First Article. NUWC Keyport, N00253, is the Acceptor in WAWF for this CDRL." ; DATE OF FIRST SUBMISSION=ASREQ ;FIRST ARTICLE TESTING SHALL BE IN ACCORDANCE WITH THE APPROVED TEST PLAN AND AS WITNESSED BY THE GOVERNEMENT FOR SOURCES NOT PREVIOUSLY QUALIFIED IN SCC MANUFACTURING EFFORTS. THE GOVERNMENT RESERVES THE RIGHT TO PERFORM ANY AND ALL FIRST ARTICLE TESTING AS A SEPERATE EFFORT TO VERIFY FIRST ARTICLE PERFORMANCE. VENDORS SHALL COST OUT FIRST ARTICLE TEST REQUIREMENTS SEPERATELY. NUWC Keyport, N00253, is the approver of the document and the acceptor in WAWF.; DATE OF FIRST SUBMISSION=ASREQ ;The contractor shall prepare a production Lot Quality Conformance Test Plan IAW note 23 of DWG 7609476 and the PRO-020 Manual Vol II, and submit for Approval. Approval of the plan is required prior to commencing production. NUWC Keyport, N00253, is the Acceptor in WAWF for this CDRL. ; DATE OF FIRST SUBMISSION=ASREQ ;VENDOR SHALL CONDUCT QUALITY CONFORMANCE TESTING TO VERIFY COMPLETED CABLE ASSEMBLY MEETS OR EXCEEDS REQUIREMENTS OF VICD 7609476 AND NAVSEA S9320-AM-PRO-020/MLDG. TWO (2) COPIES OF THE QUALITY CONFORMANCE TEST RESULTS ARE REQUIRED PER UNIT DELIVERED TO THE GOVERNMENT. ONE WILL ACCOMPANY THE ASSEMBLY AND THE OTHER SHALL BE FORWARDED TO THE ISEA, NUWC KEYPORT. CONTRACTS WITH MULITIPLE ORDERS, UPON REQUEST AND APPROVAL OF THE PCO, BATCH THE TEST RESULTS FROM A SINGLE PRODUCTION RUN AND SUBMIT A CONSOLIDATED REPORT TO THE ISEA. REPORTS SHIPPED WITH UNITS SHALL BE INSIDE THE PACKAGING. "NUWC Keyport, N00253, is the acceptor in WAWF for this CDRL."; DATE OF FIRST SUBMISSION=ASREQ ;NOTES: CERTIFICATE OF CONFORMANCE IS IN ADDITION TO QUALITY CONFORMANCE TEST RESULTS. CERTIFICATE OF CONFORMANCE SHALL SPECIFY CABLE ASSEMBLY MEETS OR EXCEEDS ALL REQUIREMENTS OF VICD AND PASSES ALL QUALITY TESTS. CERTIFICATE OF AND DELIVERED TO THE ISEA. "NUWC Keyport, N00253, is the acceptor in WAWF for THIS CDRL. ; DATE OF FIRST SUBMISSION=ASREQ ;NOTES: SUPPLIER FORMAT IS ACCEPTABLE. A COPY WILL BE PROVIDED TO THE DCMA QAR FOR REVIEW AND APPROVAL.; DATE OF FIRST SUBMISSION=ASREQ Submit before material delivery a Certificate of Compliance per DI-MISC-81356 to Block 14 addresses. A separate Certificate of Compliance shall be prepared and submitted for each unique combination of Contract/Purchase Order Number, National Stock Number and Item Nomenclature specified in the schedule of Supply/Services. ;"NUWC Keyport, N00253, is the acceptor in WAWF for this CDRL.";
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
P919 Bulk Tank Fuel Farm Improvements and Pipeline Phase 1, Naval Station Rota, Spain Please see solicitation and attachments. Site visit currently sheduled for 16 December 2025. Deadline for providing site visit submissions is 17 November 2025.
SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
THE PURPOSE OF AMENDMENT 0007 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 07 OCTOBER 2025 TO 14 JANUARY 2026. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0005 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 04 AUGUST 2025 TO 07 OCTOBER 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0004 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 30 APRIL 2025 TO 04 AUGUST 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0003 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 31 MARCH 2025 TO 30 APRIL 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0002 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 06 FEBRUARY 2025 TO 31 MARCH 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0001 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 22 JANUARY 2025 TO 06 FEBRUARY 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ Solicitation SPRRA224R0081.
SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
THE PURPOSE OF AMENDMENT 0005 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 04 AUGUST 2025 TO 07 OCTOBER 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0004 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 30 APRIL 2025 TO 04 AUGUST 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0003 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 31 MARCH 2025 TO 30 APRIL 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0002 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 06 FEBRUARY 2025 TO 31 MARCH 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0001 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 22 JANUARY 2025 TO 06 FEBRUARY 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ Solicitation SPRRA224R0081.
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
5/1/2025 Update: Amendment 0005 Incorporates delivery schedule updates to line item 0029 under Section B – Supplies or Services and Prices or Costs. 4/9/2025 Update: Amendment 0004 updates the quantity requirements within Section B, replacing C16.23 FUEL, NAVAL DISTILLATE (F-76) (DLA ENERGY FEBRUARY 2024) and provide offerors an updated Tab 09 Att 8 - Equal Value Exchanges of Fuel. 3/17/2025 Update: Amendment 0003 updates the naming of previously published amendments 0001 and 0002. Removes and replaces FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024) with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Incorporates Class Deviation 2025-O0003 - Merit-Based Opportunity in Federal Contracts, which requires changes in Section I, and Section K - Tab 09 Att 6 - Solicitation Fill-Ins of the solicitation. Incorporates Class Deviation 2025-O0004 - Revocation of Executive Order on Sustainability, which requires changes in Section I of the solicitation. 03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
4/9/2025 Update: Amendment 0004 updates the quantity requirements within Section B, replacing C16.23 FUEL, NAVAL DISTILLATE (F-76) (DLA ENERGY FEBRUARY 2024) and provide offerors an updated Tab 09 Att 8 - Equal Value Exchanges of Fuel. 3/17/2025 Update: Amendment 0003 updates the naming of previously published amendments 0001 and 0002. Removes and replaces FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024) with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Incorporates Class Deviation 2025-O0003 - Merit-Based Opportunity in Federal Contracts, which requires changes in Section I, and Section K - Tab 09 Att 6 - Solicitation Fill-Ins of the solicitation. Incorporates Class Deviation 2025-O0004 - Revocation of Executive Order on Sustainability, which requires changes in Section I of the solicitation. 03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
3/17/2025 Update: Amendment 0003 updates the naming of previously published amendments 0001 and 0002. Removes and replaces FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024) with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Incorporates Class Deviation 2025-O0003 - Merit-Based Opportunity in Federal Contracts, which requires changes in Section I, and Section K - Tab 09 Att 6 - Solicitation Fill-Ins of the solicitation. Incorporates Class Deviation 2025-O0004 - Revocation of Executive Order on Sustainability, which requires changes in Section I of the solicitation. 03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
5/1/2025 Update: Amendment 0005 Incorporates delivery schedule updates to line item 0029 under Section B – Supplies or Services and Prices or Costs. 4/9/2025 Update: Amendment 0004 updates the quantity requirements within Section B, replacing C16.23 FUEL, NAVAL DISTILLATE (F-76) (DLA ENERGY FEBRUARY 2024) and provide offerors an updated Tab 09 Att 8 - Equal Value Exchanges of Fuel. 3/17/2025 Update: Amendment 0003 updates the naming of previously published amendments 0001 and 0002. Removes and replaces FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024) with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Incorporates Class Deviation 2025-O0003 - Merit-Based Opportunity in Federal Contracts, which requires changes in Section I, and Section K - Tab 09 Att 6 - Solicitation Fill-Ins of the solicitation. Incorporates Class Deviation 2025-O0004 - Revocation of Executive Order on Sustainability, which requires changes in Section I of the solicitation. 03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
R--SME PEER REVIEW - CORROSION MITIGATION
THIS IS NOT A SOLICITATION FOR QUOTES THIS IS A SOURCES SOUGHT SYNOPSIS ONLY This Sources Sought is for the purpose of identifying firms that can meet the following Bureau of Reclamation (BOR) Requirements. This requirement is for independent scientific review by three (3) Subject Matter Experts (SMEs) in the field of corrosion engineering and mitigation of the draft Technical Memorandum 8540-2024-13 Corrosion Mitigation for Buried Metallic Water Pipe (TM 2024). See attached draft Performance Work Statement. This requirement will be issue under NAICS 562910 -Professional Services- Environmental Services. This Sources Sought is not to be considered as a request for quotes or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission to this Sources Sought or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded as a result of this announcement. Data submitted in response to this RFI will not be returned. INSTRUCTION FOR SUBMISSION: Respondents should include as part of their submission: a. Do you have experience in providing independent scientific reviews “specifically in the field of corrosion engineering and mitigation”? b. Please provide examples of relevant work experience-include a summary of the project, point of contact, dollar value. Provide any information if you are a FEDVAR (Federal Value-Added Reseller). c. Do you intend to partner with another company to perform these service? d. Do you intend to perform these services as a Prime Vendor, subcontractor or Joint Venture (JV)? e. After reviewing the attached scope of work, do you have any questions or concern? f. Are you a small business under the NAICS 562910. g. Is there another NAICS we should consider this procurement? h. What socio-economic categories do you qualify for as validated via the System for Award Administration (SAM)? NOTE: All offers must register on the SAM located at http://www.SAM.gov. i. Any interest party must include the following: a. UEI Number b. Company Name c. Company Address d. Business size e. Company points of contact, phone, and email address. f. Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency, contracting officer and/or business name contract number (if applicable) agreement number, expiration date and amount and type of contract (e.g. FFP, T&M, Labor hour etc). Any proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2x11 pages, with one-inch margins, and font no smaller than 12 point. After review of the attached documentation, interested parties may submit a response in an electronic format only via email to Kelly Cook at kcook@usbr.gov no later than January 14, 2025, 5:00PM ET. Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only.
Dutton Hill G-Z Stewardship IRSC - R3 Coconino National Forest, Flagstaff Ranger District, Arizona
DESCRIPTION BACKGROUND: The Dutton G-Z Stewardship IRSC shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. NAICS: 115310: Support Services for Forestry, size standard: 34M Fuels Management Services. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT LOCATION: Project Locations: LO Pocket T. 20N. R. 4E. Sections 1, 2, 3, 4, 8, 9, 10, 11, 12, 13, 14, 15, 16, 23, and 24 and T. 20N. R. 5E. Section 6, 7. Dutton Hill T. 20N. R. 5E. Sections 3, 4, 5, 6, 7, 9, 11, 13, 15, 16, 17, 21 and 23. Double Springs T. 19N. R. 9E. Section 32; T. 18N. R 9E. Sections 6, 7, 18, 19. T. 18N. R. 8E. 11, 12, 13, 14, and 24. SITE VISIT DATE AND TIME: A site visit is schedulded for November 18, 2025 to view the project area and discuss the objectives of this contract. The meeting will take place at 10:00 am MST at Mormon Lake Work Center - 4373 South Lake Mary Road, Flagstaff, AZ 86005. PERIOD OF PERFORMANCE: All work shall be completed by November 30, 2029. DESCRIPTION OF WORK: The Dutton Hill G-Z IRSC comprises three project treatment areas: Double Springs (699 acres), Dutton Hill (4,262 acres), and LO Pocket (3,868 acres). The total project area consists of 8,829 acres of ponderosa pine forest and savanna/grasslands. The intent of this project is to increase the pace and scale of forest restoration treatments by contracting project layout and preparation activities. The objectives of this project are to increase forest health and vigor, reduce hazardous fuels to reduce the threat of catastrophic wildfire within the Wildland Urban Interface by accomplishing the following: Improve forest health by increasing residual tree growth, vigor, and crown development. Reduce fuel loading and re-introduce low-intensity fire by implementing mechanical fuel treatments and preparatory work to manage the effects of the re-introduction of fire as a disturbance mechanism. Removing activity slash from FS lands when feasible. Thin from below in ponderosa pine stands and restoring savanna and grassland vegetation types. Remove included sawtimber and non-sawtimber from the Contract Area. Mechanically remove small diameter trees to landings to be burned by FS or chipped/removed from contract area. Provide wood products to local industry by utilizing timber and other forest products. ESTIMATED TIMBER VOLUME AND SPECIES COMPOSITION IS AS FOLLOWS: Total timber quantities and treatment acres are unknown and shown as estimated gross quantity. Completion and acceptance of Items 2 and 3 will determine true needed quantities for all other Items. Awarded contract will be a commercial services contract with requirements for timber removal. Follow this notice on SAM for future notifications by clicking the “Follow” button above.
Smart Red Blood Cells (Smart-RBC)
The Defense Advanced Research Projects Agency (DARPA) is soliciting innovative proposals in support of the Smart Red Blood Cells program (Smart-RBC). The DARPA Smart-RBC program aims to engineer red blood cells to contain novel biological features that can safely, temporarily, and reliably alter human physiology. Specifically, the Smart-RBC program will revolutionize blood products by creating “smart red blood cells” (SRBCs). SRBCs will be engineered to contain additional biological circuits consisting of three layers: Sense extracellular biomarkers; Decide next steps; Act by creating effector molecules that can alter metabolism or physiology. The program will identify the art-of-the-possible to create SRBCs to enhance human performance and maximize survival via hemostasis products. This program does not include clinical trials or direct human testing.
6525--SEP 2025 Equipment Only Consolidation
SEP 2025 EQIPMENT ONLY CONSOLIDATION
6525--SEP 2025 Equipment Only Consolidation
SEP 2025 EQIPMENT ONLY CONSOLIDATION
6525--SEP 2025 Equipment Only Consolidation
SEP 2025 Equipment Only Consolidation
Expendable Supplies
Enclosed is a Request for Quotations (RFQ) for supplies. If you would like to submit a quotation, follow the instructions in Section 3 of the solicitation, complete the required portions of the attached document, and submit it to the address shown in the solicitation. The U.S. government intends to award a contract to the responsible company submitting an acceptable offer at the lowest price. We intend to award a contract based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. Direct any questions regarding this solicitation in writing to Ramon Menendez-Carreira, Contracting Officer, email: BangkokGSOProcurement@state.gov. Questions must be written in English. Closing date for question submission will be on November 10, 2025 at 4:00 PM (Bangkok local time). Offerors shall be registered in the SAM (System for Award Management) database at https://www.sam.gov prior to submittal of their offer/proposal as prescribed under FAR 4.1102. Failure to be registered at time of proposal submission may deem the offeror’s proposal to be considered non-responsible and no further consideration will be given. Therefore, offerors are highly encouraged to register immediately if they are interested in submitting a response to this requirement.
Tactical Training Equipment and Accessories
Enclosed is a Request for Quotations (RFQ) for tactical training equipment and accessories. If you would like to submit a quotation, follow the instructions in Section 3 of the solicitation, complete the required portions of the attached document, and submit it to the address shown in the solicitation. The U.S. government intends to award a purchase order to the responsible company submitting an acceptable offer at the lowest price. We intend to award a purchase order based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. Direct any questions regarding this solicitation in writing to Ramon Menendez-Carreira. Contracting Officer, email: BangkokGSOProcurement@state.gov. Questions must be written in English. Closing date for question submission will be November 7, 2025 at 04:00 PM (Bangkok local time). Quotations are due by November 19, 2025 at 04:00 PM (Bangkok local time). No quotations will be accepted after this time. Proposals must be in English and incomplete proposals will not be accepted. Offerors shall be registered in the SAM (System for Award Management) database at https://www.sam.gov prior to submitting their offer/proposal as prescribed under FAR 4.1102. Failure to be registered at time of proposal submission may deem the offeror’s proposal to be considered non-responsible and no further consideration will be given. Therefore, offerors are highly encouraged to register immediately if they are interested in submitting a response to this requirement.
H159--VANIHCS 3 Year Electrical Testing Marion and Fort Wayne
The purpose of this amendment is to provide additional RFI's and the VA's responses. This amendment also changes the response due date from November 21, 2025, to January 15, 2026.
H159--VANIHCS 3 Year Electrical Testing Marion and Fort Wayne
The purpose of this amendment is to provide additional RFI's and the VA's responses. This amendment also changes the response due date from November 21, 2025, to January 15, 2026.
Y1DA--Project 549A4-21-703 EHRM Training and Admin build
549A4-21-703 EHRM Training and Admin Support Space