Federal Presolicitation Opportunities
Showing 1-50 of 181 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
Pilot and Aircrew Curriculum Revision and Maintenance II (PACRM II) Multiple Award Contract (MAC) Notice of Tentative Acquisition Strategy and Draft Scope attached. 26 August 2025.***********************************************The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks potential sources to provide Pilot and Aircrew Curriculum Revision and Maintenance services for Navy and Marine Corps? Training Programs. This acquisition is necessary to ensure continued currency and accuracy of various training program?s curriculum and electronic classroom systems via a streamlined acquisition process. The PACRM supports various Navy and non-Navy customers. The predecessor approach in satisfying the requirement was the PACRM Multiple Award Contract (MAC) Indefinite Delivery / Indefinite Quantity (ID/IQ) Small Business Set-aside Contract. The PACRM MAC II approach allows streamlined, quick response procurements to meet the long-term needs of Naval and Marine Corps training commands and other Government training support activities. The PACRM services are intended to support various contract vehicle and administrative support for the revision and maintenance of Pilot, Aircrew, and Technical Training curriculum, to include support of electronic classrooms, network systems, and Foreign Military Sales (FMS) programs in support of various platforms. 0001-update time from Response time in system from AM to PM.
GraphPad Prism Subscription Renewal
SEE ATTACHED
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 3-2024, St. Mary Parish, Louisiana. Specification No. OM24061
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. W912P824B0033 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 3-2024, St. Mary Parish, Louisiana. Specification No. OM24061. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 17 April 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor H. Brandon at (504)862-1009 (Taylor.H.Brandon@usace.army.mil).
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 4-2024, St. Mary Parish, Louisiana. Specification No. OM24062.
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. W912P824B0034 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 4-2024, St. Mary Parish, Louisiana. Specification No. OM24062. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 17 April 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor H. Brandon at (504)862-1009 (Taylor.H.Brandon@usace.army.mil).
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 2-2024, St. Mary Parish, Louisiana. Specification No. OM24060
W912P824B0032 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 2-2024, St. Mary Parish, Louisiana. Specification No. OM24060. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Lauren A. Gandolfi at (504)862-2466 (lauren.a.gandolfi@usace.army.mil).
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 2-2024, St. Mary Parish, Louisiana. Specification No. OM24060
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. W912P824B0032 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 2-2024, St. Mary Parish, Louisiana. Specification No. OM24060. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 17 April 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Lauren A. Gandolfi at (504)862-2466 (lauren.a.gandolfi@usace.army.mil).
12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
NSN 7H-1290-014382607, TDP VER 003, QTY 4 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002, INDUCTION NIIN IS 7H, 1290, 014382607, PANEL,INDICATOR, 900-21860. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
Furniture Moving
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for services under North American Industry Classification System Code (NAICS) 484210: Furniture Moving Services. The small business size standard for this industry is $30 million in average annual revenue. Services would include but are not limited to the following: The Contractor shall perform moving, installing and assembling of miscellaneous real property assets / furniture on Fort Drum, NY as specified within BPA calls. The Contractor must be able to accept the Government Purchase Card (GPC). Calls over the $10,000 limit will be paid through Wide Area Workflow (WAWF). To register and access WAWF, go to https://wawf.eb.mil/. There will be times when the Government will utilize Unison Global in order to compete the calls. The Contractor shall register with Unison Global once the Master Blanket Purchase Agreement is signed. The website to register is http://www.unisonglobal.com, phone: 877-933-3243. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. As prescribed in FAR 52.204-7, interested parties must be registered and current in the System for Award Management (SAM), representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) for free at http://www.sam.gov/portal/public/SAM/. SAM registration must be complete prior to entering into a BPA. Any interested party may inquire with the following Contract Specialist via email: michael.e.quirk.civ@mail.mil Any correspondence relating to this synopsis should have "W911S2-21-U-FMOV - Furniture Moving Services BPA" notated in the subject field.
Portable Toilet Services Master Blanket Purchase Agreement
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for services under North American Industry Classification System Code (NAICS) 562991 - Septic Tank and Related Services. The small business size standard for this industry is $8 million in average annual revenue. Services would include but are not limited to the following: The Contractor shall provide all necessary resources, management, personnel, materials,transportation, supplies, and equipment, except Government Furnished Property (GFP) necessary to provide Portable Chemical Toilet (PCT) Service on Fort Drum, NY. Services include: provide portable chemical toilets (to include handicap upon request) and/or wash station set-up, servicing and relocation as needed, at various locations throughout Fort Drum, New York. Generally calls placed will be below $10,000, and may be sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) as payment for calls issued up to $10,000. Calls over the $10,000 limit will be paid through Wide Area Workflow (WAWF). To register and access WAWF, go to https://wawf.eb.mil/. There will be times when the Government will utilize UNISON in order to compete the calls. The Contractor shall register with UNISON once the Master Blanket Purchase Agreement is signed. The website to register is https://www.unisonglobal.com/product-suites/acquisition/marketplace/, phone: 877-933-3243. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socioeconomic status; past performance, where past performance information exists; and technical capabilities. As prescribed in FAR 52.204-7, interested parties must be registered and current in the System for Award Management (SAM), representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) for free at http://www.sam.gov/portal/public/SAM/. SAM registration must be complete prior to entering into a BPA. Any interested party may inquire with the following Contract Specialist via email: amanda.l.bellnier.civ@mail.mil Any correspondence relating to this synopsis should have "PORTABLE TOILET SERVICE" notated in the subject. Initial responses are requested within 30 days of the posting date.
Government Requirement for Advanced Power and Energy (GRAPE)
Amendment 4 to original ARA announcement
Government Requirement for Advanced Power and Energy (GRAPE)
Amendment 4 to original ARA announcement
Government Requirement for Advanced Power and Energy (GRAPE)
Amendment 4 to original ARA announcement
93--RUBBER SHEET,SOLID
NSN 1H-9320-016463826-D7, TDP VER 003, QTY 6 EA, DELIVER TO N50286, PORTSMOUTH NAVAL SHIPYARD L1SS, KITTERY, ME 03904. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.
N33191-25-R-0016 D-B Renovate Pharmaceutical Hospital Codlea, Romania
Please see attached Pre-Sol Notice.
Second Chance Act Goods and Services
THIS IS AN ON-GOING PRE-SOLICITATION NOTICE FOR SECOND CHANCE ACT GOODS AND SERVICES – PROPOSALS WILL NOT BE ACCEPTED IN RESPONSE TO THIS NOTICE ATTENTION VENDORS: TO FIND OUT WHETHER A DISTRICT WILL ISSUE A SOLICITATION FOR SECOND CHANCE ACT GOODS AND SERVICES, CONTACT THE CHIEF PROBATION OR PRETRIAL SERVICES OFFICER IN THEIR RESPECTIVE DISTRICT TO BE PLACED ON A MAILING LIST. Contact information for the Chief Probation and Pretrial Services Officer may be obtained by using the court locator online at http://www.uscourts.gov/court_locator.aspx The federal Judiciary intends to procure Second Chance Act goods and services for federal defendants and persons under supervision using Blanket Purchase Agreements. Generally, the procurement of these services occurs during the summer months; however, procurement may occur at any time throughout the year depending on the needs of the district. Solicitations for Blanket Purchase Agreements may be issued for districts in the United States and territories, including Alaska, Hawaii, District of Columbia, Guam, Northern Mariana Islands, Puerto Rico and U.S. Virgin Islands. Required Second Chance Act goods and services may include NAICS code 624229 – Other Community Housing Services, but is not limited to including: cognitive behavioral therapy, child-care, non-emergency medical services, computer hardware/software, identification, employee tools/equipment/licensure, transportation, transitional housing, domestic violence intervention, job training, etc. These are examples of the types of services that may be procured. The solicitation for Blanket Purchase Agreements would identify the specific services and requirements the offeror would be required to provide. Place of Contract Performance: The United States and territories, including Alaska, Hawaii, District of Columbia, Guam, Northern Mariana Islands, Puerto Rico and U.S. Virgin Islands.
Treatment Services 2025-2026
THIS IS AN ON-GOING PRE-SOLICITATION NOTICE FOR TREATMENT SERVICES – PROPOSALS WILL NOT BE ACCEPTED IN RESPONSE TO THIS NOTICE ATTENTION VENDORS: TO FIND OUT WHETHER A DISTRICT WILL ISSUE A SOLICITATION FOR TREATMENT SERVICES, CONTACT THE CHIEF PROBATION OR PRETRIAL SERVICES OFFICER IN THEIR RESPECTIVE DISTRICT TO BE PLACED ON A MAILING LIST. Contact information for the Chief Probation and Pretrial Services Officer may be obtained by using the court locator online at http://www.uscourts.gov/court_locator.aspx The federal Judiciary intends to procure treatment services for federal defendants and persons under supervision using Blanket Purchase Agreements. Generally, the procurement of these services occurs during the summer months; however, procurement may occur at any time throughout the year depending on the needs of the district. Solicitations for Blanket Purchase Agreements may be issued for districts in the United States and territories, including Alaska, Hawaii, District of Columbia, Guam, Northern Mariana Islands, Puerto Rico and U.S. Virgin Islands. Required Treatment Services may include NAICS codes: 621420 – outpatient mental health and substance abuse centers, 623220 – residential mental health and substance abuse treatment, 561611 – polygraph services, 621999 – all other miscellaneous ambulatory health care services, 624190 – other individual and family services, These are not limited to: urine collection, counseling (to include mental health, substance use, and or/sex offense treatment), physical examinations, outpatient and inpatient detoxification, medication, short and long term residential treatment, and transportation. These are examples of the types of services that may be procured. The solicitation for Blanket Purchase Agreements would identify the specific services and requirements the offeror would be required to provide. Place of Contract Performance: The United States and territories, including Alaska, Hawaii, District of Columbia, Guam, Northern Mariana Islands, Puerto Rico and U.S. Virgin Islands.
Q402--CNH Service Contracts North Little Rock, AR- Multi-Award
Multi Award Community Nursing Home Services for Little Rock Arkansas
Mississippi River Outlets, Vicinity of Venice, Louisiana, Baptiste Collette Bar Channel, #24-2 Maintenance Dredging, Plaquemines Parish, Louisiana
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. The work consists of the removal and satisfactory disposal of all material excavated from the Baptiste Collette Bar Channel, within the limits shown on the contract drawings. (The estimated time of completion is 120 calendar days after receipt of notice to proceed. The solicitation will include 11 drawings and specifications). The estimated value of this work is between $10,000,000 and $25,000,000. The solicitation will issue on or about 28 June 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on SAM (www.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration’s Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), to receive a government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer at 504-862-1604 (email Francesca.E.deBoer@usace.army.mil). The Contracting Officer for this solicitation is Karen Hargrave (email Karen.D.Hargrave@usace.army.mil). All potential and interested vendors must be actively registered in SAM under NAICS code 237990. The solicitation documents for this procurement will be posted on www.sam.gov. You will need the adobe acrobat reader for .pdf files (www.adobe.com) to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in www.sam.gov. This can be done by clicking on the solicitation title and clicking on the button that says, “Register as an Interested Vendor” and entering your business information. For information about SAM registration and annual confirmation requirements, go to www.sam.gov or call (866) 606-8220. The solicitation and all information pertaining to this acquisition will be made available electronically through the System for Award Management (SAM) electronic posting system web link at https://www.sam.gov. The Government will not provide written paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests for the solicitation package will not be honored. Potential contractors are responsible for monitoring this site for the release of the solicitation package and any updates to the solicitation. Qualifications and offers will not be accepted if submitted by mail or hand carried and will not be evaluated. Qualifications or offers sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be accepted. The Offeror is responsible to confirm the Offer has been received. All offers received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition. THE GOVERNMENT WILL ACCEPT NO OTHER TRANSMISSION METHOD (E-MAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.). The wages and benefits of service employees (see FAR subpart 22.10) performing work under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of work). Any communications must identify the solicitation number, company name, address, phone number including area code, and point of contact with a valid email address. The Contract Specialist for this solicitation is Francesca deBoer at (504) 862-1604, or by email at Francesca.E.deBoer@usace.army.mil.
TARS-Helium Trailers
This Statement of Work (SOW) will focus on pickup, transportation, and delivery of CBP Owned helium trailers to and from TARS field sites, using the below two (2) scope approach. Minimal Scope – Consisting of transportation of CBP Owned helium trailers to support eight (8) TARS CONUS field sites. Full Scope – Consisting of pickup, transportation, and delivery of CBP Owned helium trailers from certified helium fill plant facilities based on recurring customer requirements.
FY25 NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION OFFICE-WIDE BROAD AGENCY ANNOUNCEMENT
The Naval Air Warfare Center Aircraft Division (NAWCAD) is interested in receiving white papers for Research and Development projects which offer potential for advancement and improvement of NAWCAD operations. See attachment, FY25 NAWCAD Office-Wide N00421-25-S-0001, for further details.
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 11 July 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 NOTE: W912P824B0046 has changed to W912P825B0008. The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 5 Drc 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 NOTE: W912P824B0046 has changed to W912P825B0028. The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 5 Drc 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Radford Army Ammunition Plant - Virtual Library
This virtual library is being established to serve as a data repository that houses documents to support proposal development for the RFAAP competition. In order to receive access to the virtual library the following conditions must be met: 1. Companies must be registered with the U.S./Canada Joint Certification Program (JCP) and have an active DD 2345, Military Critical Technical Data Agreement, on file with Defense Logistics Information Service (DLIS). Virtual library accounts will only be provided to the Data Custodian of those firms with an active DD 2345. 2. A Virtual Library Use and Non-Disclosure Agreement (attached) must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil The Government intends to upload documents to the virtual library throughout the pre-solicitiation and solicitation phases. It is the contractor's responsibility to review the site to obtain the most recent information available. Questions related to virtual library access should be directed to all of the above points of contact.
Radford Army Ammunition Plant - Virtual Library
7/11/25 Update: Upload Attachment - Virtual Library Use and Non-Disclosure Agreement. As noted below, this agreement must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil _______________________________________________________________________ This virtual library is being established to serve as a data repository that houses documents to support proposal development for the RFAAP competition. In order to receive access to the virtual library the following conditions must be met: 1. Companies must be registered with the U.S./Canada Joint Certification Program (JCP) and have an active DD 2345, Military Critical Technical Data Agreement, on file with Defense Logistics Information Service (DLIS). Virtual library accounts will only be provided to the Data Custodian of those firms with an active DD 2345. 2. A Virtual Library Use and Non-Disclosure Agreement (attached) must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil The Government intends to upload documents to the virtual library throughout the pre-solicitiation and solicitation phases. It is the contractor's responsibility to review the site to obtain the most recent information available. Questions related to virtual library access should be directed to all of the above points of contact.
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026.
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses.
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses.
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information
Calcasieu River and Pass, LA, Maintenance Dredging FY24, Mile 5.0 to Mile 17.0, Calcasieu and Cameron Parishes, LA. Specification No. ED-24-021.
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. W912P824B0051 - Calcasieu River and Pass, LA, Maintenance Dredging FY24, Mile 5.0 to Mile 17.0, Calcasieu and Cameron Parishes, LA. Specification No. ED-24-021. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $25,000,000 and $100,000,000. The work consists of removal of material from within the Calcasieu River Ship Channel; satisfactory disposal of material to be placed in the designated Confined Disposal Facilities adjacent to the Calcasieu River and Pass; all as shown on the drawings. Removal of material from within Devil’s Elbow is included as optional work. The work also includes retention dike construction, surveys, optional ditching and draining of disposal areas, and all operations incidental thereto. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 15 July 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor Brandon at (504) 862-1009 (taylor.h.brandon@usace.army.mil).
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.
Aviation and Missile R&D BAA
See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.
ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE #1-2025, OM25066 through #2-2025, OM25067
ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE, #1-2025, OM25066 through #2-2025, OM25067 The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed in the Mississippi River and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. The NAICS code for this acquisition is 237990 with a size standard of $37,000,000.00. This solicitation will be issued on or about 12 July 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer. Please use the following email Francesca.E.deBoer@usace.army.mil or call at 504-862-1607.
ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE #1-2025, OM25066 through #2-2025, OM25067
ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE, #1-2025, OM25066 through #2-2025, OM25067 The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed in the Mississippi River and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. The NAICS code for this acquisition is 237990 with a size standard of $37,000,000.00. This solicitation will be issued on or about 12 July 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer. Please use the following email Francesca.E.deBoer@usace.army.mil or call at 504-862-1607.
Defense Production Act Title III Expansion of Domestic Production Capability and Capacity - Funding Opportunity Announcement (FOA)
Summary of Changes In addition to the below changes, please note, the submission and acceptance of White Papers remains suspended until further notice. Please continue to check SAM.gov for updates. Amendment 5, dated 1 July 2025, hereby updates the following Funding Opportunity Announcement (FOA) information and sections: Closing Date of the FOA FROM: 12 July 2025 TO: 12 July 2026 Due Date and Time: FROM: Open and Effective date until 12 July 2025. White Papers will be considered if received before 1500 EST on 12 July 2025. TO: Open and Effective date until 12 July 2026. White Papers will be considered if received before 1500 EST on 12 July 2026. Address technical questions to the Technical POC: FROM: Diana M. Carlin, DPA Title III Program AF Executive Agent Program Manager, AFRL./RXM, 2977 Hobson Way, Bldg. 653, Room 308, WPAFB, OH 45433, AFRL.DPA.TtitleIandIII@us.af.mil , 937-904-4591 TO: Jeffrey T. Hubert, Acting DPA Title III Program AF Executive Program Manager, AFRL/RXM, 2977 Hobson Way, Bldg. 653, Room 308, WPAFB, OH 45433, AFRL.DPA.TtitleIandIII@us.af.mil Contracting/Agreements Points of Contact (POC) Agreements Officer Melanie Kiplinger Agreements Specialist Justin (Jay) Hull Schedule: FROM: This FOA will remain open for white paper submissions and Call issuances for a period of seventy-two (72) months. TO: This FOA will remain open for white paper submissions and Call issuances for a period of eighty-four (84) months. Other Requirements: Added: Generally Accepted Accounting Principles (GAAP): Potential offerors shall list if their accounting/financial systems have previously been audited by a Government agency or independent auditor, along with the date of the audit. Additionally, potential offerors are required to certify that their financial management systems are compliant with GAAP, and submit proof of this compliance. Added: Basic NIST SP 800-171: All potential offerors are required to complete a Basic NIST SP 800-171 Self-Assessment, or have an existing self-assessment that is current (within the last 3 years from time of white paper/proposal submission), and the score shall be published in the Supplier Performance Risk System (SPRS). A score of 110 is required to be considered “adequate.” Additional information regarding the NIST 800-171 Assessment can be located at the following link: https://www.acq.osd.mil/asda/dpc/cp/cyber/docs/safeguarding/NIST-SP-800-171-Assessment-Methodology-Version-1.2.1-6.24.2020.pdf Overview Information Full Text Announcement Sections: Section I, Paragraph 4 – Schedule FOA Appendices Revised Appendix II – Sample Technology Investment Agreement (TIA) Multiple updates were also made throughout the entirety of the FOA document to correct administrative items such as broken hyperlinks, outdated website references, and/or outdated Regulation references. Amendment 4, dated 12 Mar 2024, hereby updates the following Funding Opportunity Announcement (FOA) information and sections: Closing Date of the FOA FROM: 12 July 2024 TO: 12 July 2025 Cost Ceiling FROM: $5 Billion ($2.5 Billion Government share and $2.5 Billion Recipient share) TO: $9 Billion ($4.5 Billion Government share and $4.5 Billion Recipient Share) Contracting/Agreements Points of Contact (POC) Agreements Officer Michelle Goss Agreements Specialist Melanie Kiplinger Title III Organization E-mail AFRL.RXKM.TitleIII@us.af.mil Overview Information Full Text Announcement Sections: Section I, Paragraph 4 – Schedule Section II, Paragraph 2 – Anticipated Funding Section X, Paragraph 3 – Support Contractors FOA Appendices Revised Appendix II – Sample Technology Investment Agreement (TIA) Added Appendix VII – DPA Title III Statement of Work Template/Outline Multiple updates were also made throughout the entirety of the FOA document to correct broken hyperlinks, outdated website references, outdated Regulation references, and the removal of all physical (mailed) delivery methods of White Papers and/or Proposals. FOA Amendment 3, dated 30 Mar 2022, hereby replaces FOA Amendments 1 and 2. The following FOA sections have been updated/revised: Overview Information Full Text Announcement Sections: IV. Open FOA (Two Step Process) VII. FOA with Calls (One Step Process) FOA Appendices Appendix II – Sample Technology Investment Agreement, dated 30 MAR 2022 Updates were also made throughout the FOA document and Appendix II to correct broken hyperlinks and/or outdated website references FOA Amendment 2: Contracting Changes shown below (posted 28 April 2020) a revised FOA document will be placed on this site in the future showing these changes FOA Amendment 2 updates include changing Contracting POCs (Overview Information, page 7) Agreements Officer and Agreements Negotiator names and contact information to: AGREEMENTS OFFICER: Whitney Foxbower 937-713-9877 whitney.foxbower@us.af.mil AGREEMENTS NEGOTIATOR: Felicia Bibbs 937-713-9901 felicia.bibbs@us.af.mil The previous contracting team is no longer working this effort - please contact the new team listed above. FOA Amendment 1 dated 14 Nov 2019 replaces FOA dated 12 July 2019 FOA Amendment 1 updates include beta.sam.gov references added; Foreign Participation Clarification (page 12); Contracting POC update (page 7); Summary Business Plan page limitation language (pages 21 and 35); Ombudsman update (page 48); other administrative changes throughout regarding Call and RFP (pages 5, 7, 20, 21, 23, 27, 34, 35, 38, and 41).
NSN2840-01-582-2797NZ_HotSectionModule_F100_PN4089013-800&4089013-801_FD2030-25-01123
THIS IS A SYNOPSIS OF THE REQUIREMENT. PR Number(s): FD20302501123PLN Line Item: 0001 NSN: 2840015822797NZ HOT SECTION MODULE, P/N: 4089013-800, P/N: 4089013-801, Description: This is the engine core module assembly. It compresses air received from the Inlet Fan module, combi... Supp. Description: Titanium Best Estimated Qty: 8.0000 EA Delivery: 30 APR 2025 On or Before Destn: SW3211,TINKER AFB OK 73145-8000, , - . Quantity: 8.00 Unit of Issue: EA PR Number(s): FD20302501123PLN Line Item: 0002 Data Description: CEMS tracking Quantity: 1.0000 LO Delivery: TBD To be determined Destn: TBDTBD,, , . Quantity: 1.00 Unit of Issue: LO Duration of Contract Period: 31 May 2026 Electronic procedure will be used for this solicitation. THIS ITEM HAS NOT BEEN RECENTLY PURCHASED. RTX CORPORATION DOING BUSINESS AS PRATT & WHITNEY IS THE ONLY APPROVED SOURCE. IAW FAR 5.207(c)(16)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency
Intermediate Cold Weather Boot
Solicitation: SPE1C1-25-R-ICWB Synopsis Item: Boot, Intermediate Cold Weather PGC: 03994 Lead NSN(s): 8430-01-675-0993(s) DLA Troop Support has a requirement for Boot, Men’s, Combat, Intermediate Cold Weather (PGC 03994). The Boot shall be manufactured in accordance with Product Description GL-PD-13-01, Dated 11 April 2013. See the Attached Documents.
ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE #1-2025, OM25066 through #2-2025, OM25067
ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE, #1-2025, OM25066 through #2-2025, OM25067 The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed in the Mississippi River and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. The NAICS code for this acquisition is 237990 with a size standard of $37,000,000.00. This solicitation will be issued on or about 25 July 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer. Please use the following email Francesca.E.deBoer@usace.army.mil or call at 504-862-1607.
ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE #1-2025, OM25066 through #2-2025, OM25067
ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE, #1-2025, OM25066 through #2-2025, OM25067 The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed in the Mississippi River and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. The NAICS code for this acquisition is 237990 with a size standard of $37,000,000.00. This solicitation will be issued on or about 12 July 2025 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer. Please use the following email Francesca.E.deBoer@usace.army.mil or call at 504-862-1607.
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-1 (ED 24-008)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-1 The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 11 July 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-1 (ED 24-008)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-1 The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 11 July 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Animal Control Services
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Animal Control Services under North American Industry Classification System Code (NAICS) 812910. These BPAs will be evaluated annually, and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; past performance, where past performance information exists; and technical capabilities. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 812910. Representations and Certifications must also be on record. The registration is done through the System for Award Management website for free at https://www.betasam.gov. This requirement includes retrieval of recovered animals from the Fort Drum Army Installation, facilities to feed and shelter recovered animals including, at a minimum, cat kennels and dog kennels, and facilities for the humane disposal of sick and injured domestic animals. Please respond, with intent to participate, to Contract Specialist, via email, amanda.l.bellnier.civ@mail.mil. Initial responses are requested within 30 days of the date of posting. Any correspondence relating to this synopsis should have "Animal Control BPA" notated in the subject field.
Environmental Security Technology Certification Program (ESTCP) – Energy and Environmental Technology Demonstrations – Open Topics Broad Agency Announcement (BAA)
BOTH SMALL BUSINESS AND LARGE BUSINESS ARE ENCOURAGED TO RESPOND. The Environmental Security Technology Certification Program (ESTCP) is the Department of Defense’s (DoD) demonstration and validation program for environmental and installation energy technologies. The ESTCP Office is interested in receiving white papers for innovative technology demonstrations that address DoD environmental and installation energy requirements as candidates for funding. This notice constitutes a BAA as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). Readers should note that this is an announcement to declare ESTCP's intent to competitively fund demonstration projects as described in the Program Announcement on the ESTCP website. The Program Announcement and complete submittal instructions are found at https://serdpestcp. mil/workwithus. To be eligible for consideration, parties wishing to respond to this announcement must submit a white paper in accordance with the instructions on the website. This solicitation will remain open for approximately one (1) year from the date of publication, or until replaced by a successor BAA. No faxed or hard copy submissions will be accepted. No request for proposals (RFP), solicitation, or other announcement of this opportunity will be made. It is the sole responsibility of the offerors to make certain the white paper is properly received by ESTCP. Awards will take the form of contracts. Submission of white papers is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of white papers or travel to present oral presentations in support of full proposals. There is no commitment by ESTCP to make any contract awards, nor to be responsible for any cost incurred by the offeror before contract award is made. It is expected that multiple awards will result, depending on the quality of white papers received and availability of funds. Awardees under this BAA will be selected through a multi-stage review process. The white paper review step allows interested organizations to submit technology demonstrations for Government consideration without incurring the expense of a full proposal. Based upon the white paper evaluation by ESTCP, each of the white paper submitters will be notified as to whether ESTCP requests or does not request the submission of a full proposal. As noted in the instructions located on the ESTCP website, evaluation criteria for white papers are Technical Merit and ESTCP Relevance. Each criterion is weighted equally. Due to the anticipated volume of white papers that will be received, the Government will not provide debriefs to 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. Evaluation criteria for full proposals will include Cost/Benefit of Technology, Transition Potential, and Cost of Proposal in addition to the criteria above. ESTCP may make multiple awards up to a collectively shared maximum value of the $10,000,000.00 under this BAA. 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 $750,000 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/. The Humphreys Engineer Center Support Activity (HECSA) Small Business Office website at https://www.usace.army.mil/HECSA/HECSA-Small-Business/ provides information on how to prepare a subcontracting plan, along with links to find small businesses to participate. Points of Contact: Procedural Questions - SERDP Office, 571-372-6565 Contract Questions – HECSA Shannon N. Benson, 703-428-7407; shannon.n.benson@usace.army.mil Small Business Participation Plan or Subcontracting Plan - HECSA Small Business Representative, Monique Holmes 202-934-1816, HECSASmallBusinessProgram@usace.army.mil
Strategic Environmental Research and Development Program (SERDP) – Open Topics Broad Agency Announcement (BAA)
BOTH SMALL BUSINESS AND LARGE BUSINESS ARE ENCOURAGED TO RESPOND. The Department of Defense (DoD) Strategic Environmental Research and Development Program (SERDP) Office is interested in receiving white papers for research focusing in the areas of Environmental Restoration, Munitions Response, Resource Conservation and Resilience, and Weapons Systems and Platforms technologies. This notice constitutes a BAA 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 topic areas 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 or resilience 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 white paper in accordance with all instructions on the SERDP website. This solicitation will remain open for approximately one (1) year from the date of publication, or until replaced by a successor BAA. No faxed or hard copy submissions will be accepted. No request for proposals (RFP), solicitation, or other announcement of this opportunity will be made. It is the sole responsibility of the proposer to make certain the white paper is properly received by SERDP. Awards will take the form of contracts. Submission of white papers is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of white papers or travel to present oral presentations in support of full proposals. There is no commitment by SERDP to make any contract awards, nor to be responsible for any cost incurred by the offeror before contract award is made. It is expected that multiple awards will be made dependent on the quality of white papers received and availability of funds. Awardees under this BAA will be selected through a multi-stage review process. The white paper review step allows interested organizations to submit research white papers for Government consideration without incurring the expense of a full proposal. Based upon the white paper evaluation by SERDP, each of the white paper 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 white papers are Technical Merit and SERDP Relevance. Each criterion is weighted equally. Due to the anticipated volume of white papers 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 Personnel, Cost, and Transition Plan in addition to the criteria above. SERDP may make multiple awards up to a collectively shared maximum value of the $10,000,000.00 under this BAA. 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 $750,000 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/. The Humphreys Engineer Center Support Activity (HECSA) Small Business Office website at https://www.usace.army.mil/HECSA/HECSA-Small-Business/ provides information on how to prepare a subcontracting plan, along with links to find small businesses to participate. Points of Contact: Procedural Questions - SERDP Office, 571-372-6565 Contract Questions – HECSA Shannon N. Benson, 703-428-7407; shannon.n.benson@usace.army.mil Small Business Participation Plan or Subcontracting Plan - HECSA Small Business Representative, Monique Holmes 202-934-1816, HECSASmallBusinessProgram@usace.army.mil
SSAT BQM-34S STING, NRE
The Naval Air Systems Command (NAVAIR), Aerial Targets Program Office (PMA-208) Patuxent River, Maryland, intends to enter negotiations and subsequently award a sole-source, Delivery Order under IDIQ N00019-25-G-0003 with Northrup Grumman Systems Corporation (NGSC), San Diego, CA. The anticipated delivery order is to provide Non-Recurring Engineering and preliminary production support for the BQM-34S Aerial Subsonic Target. The contract will be a combination of Cost Plus and Firm Fixed Price (FFP) and will include but not be limited to finalizing and release 2D drawing to 3D models, addressing parts obsolescence in subassemblies, assisting with engine and fuel design updates, updating software, qualifying and testing the design, and preparing the manufacturing factory floor tooling and test sets. Contract award is anticipated for the second quarter of calendar year 2027 and will have a duration of 36 months after contract award. The BQM-34 is a recoverable, remote controlled, subsonic aerial target, capable of speeds of up Mach 0.86 and altitudes from 10 to 60,000 feet. The BQM-34 system emulates Anti-Ship Cruise Missile (ASCM) and Surface-to-Air Missile (SAM) in support of weapons system test and evaluation. This requirement will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. NGSC is the sole designer, developer and manufacturer of the BQM-34S Subsonic Aerial Target system. NGSC is the only known contractor with the requisite knowledge, maintenance and repair experience, and noncommercial technical data and software rights to meet the Government’s requirements for the BQM-34S Subsonic Aerial Target system. IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted. Companies interested in subcontracting opportunities should contact NGSC directly via ATTN: AISR&T/RQ-4 or Kelsey Silver at P.O. Box 509066, San Diego, CA 92150-9066. All responsible sources may submit a capability statement, which will be considered by the agency. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice can be sent via email directly to Tamiko Blackson, tamiko.c.blackson.civ@us.navy.mil.
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors