Federal Presolicitation Opportunities

Showing 1-50 of 201 opportunities

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

20--TILE

NSN 1H-2090-012244914-ST, TDP VER 039, QTY 4200 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights, manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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.

Deadline: 2/13/2026
Posted: 8/27/2025
Presolicitation

20--TILE

NSN 1H-2090-012244912-ST, TDP VER 033, QTY 3825 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights, manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. 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. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.

Deadline: 2/13/2026
Posted: 8/28/2025
Presolicitation

Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area

The National Park Service has released on November 18, 2025, a business opportunity soliciting proposals to award a new ten (10) year concession contract to operate Guided Water Tours, Food & Beverage, and Retail Services in Lake Mead National Recreation Area. The NPS will host a site visit for entities interested in bidding on the opportunity on December 2, 2025. The site visit provides interested entities an overview of the concession operation and a tour of the Concession Facilities (land and real property improvements assigned to the concessioner under the Draft Contract), as well as the Desert Princess vessel, which is government-owned personal property assigned to the concessioner. Site Visit Registration: Registration is required to attend the site visit. To register, contact Kelly Conner, Concessions Management Specialist, Lake Mead National Recreation Area at kelly_conner@nps.gov, along with a courtesy copy to Mark Juretschke, Financial Analyst, National Park Service, Interior Regions 8, 9, 10, and 12, at mark_juretschke@nps.gov, no later than 12:00 pm (Pacific Time) on November 28, 2025. You must provide your name, contact information, the name of the entity interested in submitting a proposal that you represent, the primary contact for the entity, and the number and names of people in your party. Due to space constraints, the NPS limits the number of site visit attendees to a total of five (5) people per interested entity. Site visit participants are responsible for obtaining their own lodging, meals, and transportation to the Concession Facilities. The operation is located at 490 Horsepower Cove, Boulder City, NV 89005. Attendance at the site visit is encouraged, but not required, to submit a proposal. The NPS will not answer questions about this prospectus or business opportunity during registration or the site visit. Interested entities must submit questions in writing after the release of the prospectus to the contact person and by the deadline that will be provided in the prospectus. Interested entities are asked not to interfere with concessioner operations during the site visit and not to film, record or photograph concessioner employees or concessioner operations. Questions regarding the prospectus must be received, in writing, no later than 12:00 p.m. (Pacific Time) on December 10, 2025. Email your questions to Mark Juretschke, Financial Analyst, at mark_juretschke@nps.gov. Any interested party intending to submit a proposal must submit a "Notice of Intent to Propose" as described in the Business Opportunity and Proposal Instructions, no later than 12:00 p.m. (Pacific Time) on January 29, 2026. The NPS is ONLY accepting electronic proposals in response to this prospectus. Any proposal must be received electronically, no later than 12:00 p.m. (Pacific Time) on February 19, 2026, in the format outlined in the Proposal Instructions, to be evaluated for award of the new concession contract. The prospectus is available on the NPS Commercial Services website (link provided below). If you choose to retrieve a copy of the prospectus, please notify Mark Juretschke at mark_juretschke@nps.gov so you are placed on the mailing list to receive notifications of any future modifications or correspondence.

Deadline: 2/19/2026
Posted: 11/18/2025
PresolicitationNAICS: 713990.0

48--ROD,OPERATING

NSN 1H-4820-015452584-L1, TDP VER 001, QTY 5 EA, DELIVER TO N50286, PORTSMOUTH NAVAL SHIPYARD L1SS, KITTERY, ME 03904. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 2/20/2026
Posted: 10/22/2025
Presolicitation

48--ROD,OPERATING

NSN 1H-4820-015452582-L1, TDP VER 001, QTY 5 EA, DELIVER TO N50286, PORTSMOUTH NAVAL SHIPYARD L1SS, KITTERY, ME 03904. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 2/20/2026
Posted: 10/22/2025
Presolicitation

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. . This solicitation will be issued on or about 19 February 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).

Deadline: 3/1/2026
Posted: 2/1/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 19 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/2/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 19 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/2/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 2-2024 {OM24002)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 2-2024 (OM24002). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00 . This solicitation will be issued on or about 19 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/2/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM240001)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. . This solicitation will be issued on or about 19 February 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).

Deadline: 3/1/2026
Posted: 2/1/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Q702--El Paso Health Care Center IOT&A

Department of Veterans Affairs Veterans Health Administration Program Contracting Activity Central (PCAC) September 3, 2025 PRESOLICITATION NOTICE Initial Outfitting, Transition, and Activation Services in support of the El Paso Health Care Center. 100% SDVOSB SET ASIDE This is a Pre-Solicitation Notice that the Veterans Health Administration (VHA) intends to solicit quotes to provide non-personal Initial Outfitting, Transition, and Activation (IOT&A) services for the El Paso Health Care Center. This requirement supports VHA's mission by providing contractor support services to help bring the facility into full planned operations that will provide health care services to Veterans. This will be a firm-fixed-price contract with an estimated Period of Performance of (39) thirty-nine months. The United States Congress approved the construction of the New El Paso Health Care Center (HCC) for the El Paso Veterans Affairs Health Care System (EPVAHCS). This project is a Major Construction project that will construct a new health care center on Ft. Bliss Garrison land. The project will be a joint effort between VA, CFM, VHA, USACE and Ft. Bliss. The El Paso VA Health Care System has been approved for this major construction project to create an expanded service opportunity for Veteran health care. El Paso VA Health Care Center proposed to build a new El Paso VA Healthcare Facility with approximately 492,996 new usable square feet (NUSF). The types of Services to be offered in the new facility will include but will not be limited to the following: Prosthetics Geriatrics and Extended Care Clinic Audiology & Speech Pathology Service Dental Whole Health Clinic Pharmacy Primary Care Radiology Pathology & Laboratory Medicine Service Women s Health Special Exams Surgical Services Medical Specialties Behavioral Health Community Care Service This requirement will be set-aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) using FAR Part 12, 13 and 37. To be eligible for an SDVOSB set aside under VA s Veterans First Contracting Program, SDVOSBs must: be verified by the Department of Veterans Affairs (VA) as SDVOSB (see https://search.certifications.sba.gov/ for details) and meet the small business size standard for NAICS 541614. The solicitation is anticipated to be posted on Contract Opportunities for download on or about 09 February 2026. Potential offerors are advised that there may be truncated response time on the solicitation that will follow this Pre-Solicitation notice. Anticipated closing date of the solicitation will be 05 March 2026. Solicitation initial posting date and the closing date are subject to change as necessary. Any questions for this Pre-solicitation notice should be sent via e-mail to both Michele.Laser@va.gov and Mercedes.Blanton@va.gov. No telephone requests/questions will be accepted. This Pre-Solicitation notice does not constitute a request for proposals. P.O.C: Michele.Laser@va.gov, Contract Specialist Mercedes.Blanton@va.gov, Contracting Officer

Deadline: 3/5/2026
Posted: 9/16/2025
PresolicitationNAICS: 541614.0

6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)

SEP 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)

Deadline: 3/12/2026
Posted: 10/30/2025
PresolicitationNAICS: 334517.0

Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-1, Terrebonne Parish, Louisiana. ED 23-032

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 satisfactory removal and disposal of shoal material from within the Houma Navigation Canal channel limits as shown on the contract drawings, with disposal of dredged material into single point discharge locations delineated adjacent to the channel. No dike work is included with this project. The estimated value of this work is between $10,000,000 and $25,000,000. The solicitation will issued on or about Friday, March 29, 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) 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 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 Administrations Subnet, at http://web.sba.gov/subnet. Offerors 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 at 504-862-1604 (email Francesca.E.deBoer@usace.army.mil). The Contracting Officer for this solicitation is Christopher Nuccio (email Christopher.Nuccio@usace.army.mil).

Deadline: 3/14/2026
Posted: 3/14/2024
PresolicitationNAICS: 237990.0

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

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract No. 11-2024 (OM24011) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. . This solicitation will be issued on or about 19 March 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).

Deadline: 3/19/2026
Posted: 3/4/2024
PresolicitationNAICS: 237990.0

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

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

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

GraphPad Prism Subscription Renewal

SEE ATTACHED

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

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).

Deadline: 4/16/2026
Posted: 4/2/2024
PresolicitationNAICS: 237990.0

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).

Deadline: 4/16/2026
Posted: 4/2/2024
PresolicitationNAICS: 237990.0

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).

Deadline: 4/16/2026
Posted: 4/22/2024
PresolicitationNAICS: 237990.0

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).

Deadline: 4/16/2026
Posted: 4/2/2024
PresolicitationNAICS: 237990.0

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.

Deadline: 4/22/2026
Posted: 3/24/2025
Presolicitation

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.

Deadline: 4/27/2026
Posted: 4/27/2021
PresolicitationNAICS: 484210.0

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.

Deadline: 4/28/2026
Posted: 4/28/2021
PresolicitationNAICS: 562991.0

Government Requirement for Advanced Power and Energy (GRAPE)

Amendment 4 to original ARA announcement

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

Government Requirement for Advanced Power and Energy (GRAPE)

Amendment 4 to original ARA announcement

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

Government Requirement for Advanced Power and Energy (GRAPE)

Amendment 4 to original ARA announcement

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

93--RUBBER SHEET,SOLID

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

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

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

Please see attached Pre-Sol Notice.

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

Treatment Services 2025-2026

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

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

Second Chance Act Goods and Services

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

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

Q402--CNH Service Contracts North Little Rock, AR- Multi-Award

Multi Award Community Nursing Home Services for Little Rock Arkansas

Deadline: 5/26/2026
Posted: 5/19/2025
PresolicitationNAICS: 623110.0

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.

Deadline: 6/13/2026
Posted: 6/13/2024
PresolicitationNAICS: 237990.0

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.

Deadline: 6/15/2026
Posted: 6/1/2023
PresolicitationNAICS: None

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.

Deadline: 6/22/2026
Posted: 6/23/2025
PresolicitationNAICS: 541715.0

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).

Deadline: 6/26/2026
Posted: 6/26/2024
PresolicitationNAICS: 237990.0

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).

Deadline: 6/26/2026
Posted: 12/4/2024
PresolicitationNAICS: 237990.0

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).

Deadline: 6/26/2026
Posted: 12/2/2024
PresolicitationNAICS: 237990.0

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.

Deadline: 6/26/2026
Posted: 7/10/2025
PresolicitationNAICS: 325920.0

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.

Deadline: 6/26/2026
Posted: 7/11/2025
PresolicitationNAICS: 325920.0

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.

Deadline: 6/30/2026
Posted: 8/3/2021
PresolicitationNAICS: 541715.0

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

Deadline: 6/30/2026
Posted: 4/21/2025
PresolicitationNAICS: 541715.0

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

Deadline: 6/30/2026
Posted: 12/20/2021
PresolicitationNAICS: 541715.0

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.

Deadline: 6/30/2026
Posted: 7/21/2021
PresolicitationNAICS: 541715.0

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.

Deadline: 6/30/2026
Posted: 7/15/2021
PresolicitationNAICS: 541715.0
Page 1 of 5