Federal Presolicitation Opportunities

Showing 1-50 of 350 opportunities

Frame, Front Aircraft

Synopsis FD2030-26-00073 1. Estimated issue date 6 Nov 2025 and estimated closing/response date 26 Dec 2025. 2. RFP #: SPRTA1-25-R-0081 3. Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 4. PR#: FD2030-26-00073 5. Nomenclature/Noun: Frame, Front Aircraft 6. NSN: 2840-00-868-9161OK 7. PN: 6000T94G01 8. Application (Aircraft): J85 9. AMC: 1R 10. History: Previously purchased 13 EA per contract SPRTA110C0172 on 22 Sep 2010 11. Description: Front directs air into compressor and is housing for engine number 1 bearing 12. Dimensions: 16.0000 in. long X 16.0000 in. wide X 3.3550 in. high, weighing 10.0000 lbs. 13. Material: AMS 5504, AMS 5613 14. A firm fixed price contract is contemplated. The items’ estimated quantities and required deliveries are as follows: Quantity: LINE ITEM 0001: Frame, Front Aircraft a) Destination: SW3211 b) Delivery: All units ON OR BEFORE 30 Oct 2026 c) Quantity: 47 each (Minimum QTY 11 each, Maximum QTY 70 each) 15. Qualified Sources: 1. Kerns Manufacturing (Cage: 93596) 2. General Electric Company (Cage: 99207) 16. Set-aside: No Set-aside 17. Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item. 18. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. 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. 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 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. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to contact the Ombudsman at (385) 591-1672. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 19. Item Unique Identification (IUID): Yes 20. Export Control does NOT apply. 21. Anticipated Award date: estimated 45 calendar days after solicitation closing date 22. The solicitation will be available for download on the release date from www.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Jayson Skalla at jayson.skalla@us.af.mil.

Deadline: 12/26/2025
Posted: 11/7/2025
PresolicitationNAICS: 336412.0

NSN 1560-010225449, SPACER ASSEMBLY, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC

NSN: 1560-010225449, IQC PR: 1000215651, ITEM: SPACER ASSEMBLY THIS PART IS MANUFACTURED UNDER PART NUMBER 69-15483-1 BY KIT PACK CO INC (CAGE 30842) AEROMETALS INC (CAGE 32664) THE BOEING COMPANY (CAGE 81205) COASTAL DEFENSE PRODUCTS INC (CAGE 05SC4) THE SOLICITATION WILL BE ISSUED AS AN UNRESTICTED PROCUREMENT (OTHER THAN FULL AND OPEN COMPETITION). THIS PROCUREMENT IS FOR AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANTITY IS 40 EACH. DELIVERY WILL BE 155 DAYS AFTER DATE OF ORDER. INSPECTION AND ACCEPTANCE WILL TAKE PLACE AT ORIGIN. FOB IS AT DESTINATION. THIS ITEM CITED REQUIRES DATA WHICH IS RESTRICTED TO CONTRACTORS CERTIFIED BY DOD TO ACCESS UNCLASSIFIED DATA PER DOD 5220.22M. CERTIFICATION IS OBTAINED BY SUBMITTING DD FORM 2345, MILITARY CRITICAL TECHNICAL DATA AGREEMENT, TO THE DEFENSE LOGISTICS INFORMATION SERVICES. THIS SOLICITATION INCLUDES PROCUREMENT NOTE L09, REVERSE AUCTION. SINCE A REVERSE AUCTION MAY BE CONDUCTED, OFFERORS ARE ENCOURAGED TO ACCESS THE PROCUREX SYSTEM TO SELF-REGISTER AND REVIEW THE AVAILABLE TRAINING TOOLS AT: DLA.PROCUREXINC.COM TO LEARN MORE ABOUT HOW TO PARTICIPATE IN AN AUCTION. OFFERORS WHO DO NOT SELF-REGISTER WILL BE LOADED AT THE TIME OF AUCTION BY DLA. ALL QUESTIONS CAN BE DIRECTED TO THE REVERSE AUCTION PROGRAM MANAGER AT DLAAVNREVAUC@DLA.MIL. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT “REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)” FROM THE MENU UNDER THE TAB “SOLICITATIONS.” THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT HTTP://WWW.ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR ABOUT NOVEMBER 25, 2025.

Deadline: 12/27/2025
Posted: 11/6/2025
PresolicitationNAICS: 336413.0

NSN 1560-010225449, SPACER ASSEMBLY, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC

NSN: 1560-010225449, IQC PR: 1000215651, ITEM: SPACER ASSEMBLY THIS PART IS MANUFACTURED UNDER PART NUMBER 69-15483-1 BY KIT PACK CO INC (CAGE 30842) AEROMETALS INC (CAGE 32664) THE BOEING COMPANY (CAGE 81205) COASTAL DEFENSE PRODUCTS INC (CAGE 05SC4) THE SOLICITATION WILL BE ISSUED AS AN UNRESTICTED PROCUREMENT (OTHER THAN FULL AND OPEN COMPETITION). THIS PROCUREMENT IS FOR AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANTITY IS 40 EACH. DELIVERY WILL BE 155 DAYS AFTER DATE OF ORDER. INSPECTION AND ACCEPTANCE WILL TAKE PLACE AT ORIGIN. FOB IS AT DESTINATION. THIS ITEM CITED REQUIRES DATA WHICH IS RESTRICTED TO CONTRACTORS CERTIFIED BY DOD TO ACCESS UNCLASSIFIED DATA PER DOD 5220.22M. CERTIFICATION IS OBTAINED BY SUBMITTING DD FORM 2345, MILITARY CRITICAL TECHNICAL DATA AGREEMENT, TO THE DEFENSE LOGISTICS INFORMATION SERVICES. THIS SOLICITATION INCLUDES PROCUREMENT NOTE L09, REVERSE AUCTION. SINCE A REVERSE AUCTION MAY BE CONDUCTED, OFFERORS ARE ENCOURAGED TO ACCESS THE PROCUREX SYSTEM TO SELF-REGISTER AND REVIEW THE AVAILABLE TRAINING TOOLS AT: DLA.PROCUREXINC.COM TO LEARN MORE ABOUT HOW TO PARTICIPATE IN AN AUCTION. OFFERORS WHO DO NOT SELF-REGISTER WILL BE LOADED AT THE TIME OF AUCTION BY DLA. ALL QUESTIONS CAN BE DIRECTED TO THE REVERSE AUCTION PROGRAM MANAGER AT DLAAVNREVAUC@DLA.MIL. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT “REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)” FROM THE MENU UNDER THE TAB “SOLICITATIONS.” THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT HTTP://WWW.ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR ABOUT NOVEMBER 25, 2025.

Deadline: 12/27/2025
Posted: 11/6/2025
PresolicitationNAICS: 336413.0

IT Support Specialist - Personal Services Contractor

U.S. DEPARTMENT OF THE TREASURY OFFICE OF TECHNICAL ASSISTANCE IT SUPPORT SPECIALIST The U.S. Department of the Treasury is seeking a detail-oriented administrative and program support staff member to serve as an IT Support Specialist for its Washington, DC-based technical assistance program. The person selected will be hired under a personal services contract. The Office of Technical Assistance provides technical assistance to over 50 countries in five functional areas: economic crimes, government debt and infrastructure finance, budget and financial accountability, banking and financial services, and revenue administration. This position is located at OTA headquarters in Washington, DC. SCOPE OF POSITION The IT Support Specialist delivers comprehensive IT help desk and technical support across OTA’s global footprint. Responsibilities span hardware, software, network, cybersecurity, email systems, and equipment logistics. Duties may include but are not limited to: Hardware, software, and network support for global staff Governance and information assurance/cybersecurity to ensure compliance with government-wide cyber-security directives and FISMA compliant reporting, as well as enterprise initiatives like cyber hygiene scans and data loss prevention IT service delivery to include remote technical support such as device troubleshooting, patching, IT asset provisioning, software/hardware maintenance, Audio/Video equipment, troubleshooting M365 and other software issues, and managing IT inventory Email support, including account creation, updates, deletions, and archiving IT equipment support, maintenance, repair, and replacement of IT assets QUALIFICATIONS Required Knowledge, Skills, and Experience: Deep understanding of M365 hybrid environments, Entra ID, SSO, and MFA Proficiency in Windows troubleshooting and device support Skilled in Microsoft 365 administration: Exchange Online, Teams, SharePoint, OneDrive, Groups Experience with Adobe, Power BI, Power Automate, Visio, Planner, Project Experience installing, configuring, and supporting laptop and mobile devices. Experience with remote support tools (Remote Desktop, Zoom, MS Teams) Knowledge of cloud security best practices and compliance In addition to the requirements listed above, the following experience is preferred: Experience supporting a hybrid work environment that includes support of staff deployed worldwide Strong communication and interpersonal skills Ability to work under deadlines and to adapt to changing circumstances Collaborative team spirit, cultural sensitivity, and a strong desire to learn Minimum 7 years of IT support experience Bachelor’s degree in IT or related field; relevant certifications (e.g., CompTIA, Microsoft, ITIL) preferred Please note: These are PERSONAL SERVICES CONTRACTOR positions; NOT civil service positions. Must be U.S. citizen. SALARY: In accordance with program regulations and based on demonstrated salary history, salaries range from $40.54 to $75.11 per hour. Background checks and Security Clearance: MODERATE RISK PuBLIC Trust Candidates will need to be eligible to obtain and maintain an appropriate level of security clearance. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K826R00001 on your cover letter and resume. When e-mailing, the subject line must contain the following: Solicitation 2032K826R00001 – IT Support Specialist – Applicant’s Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive and will not be forwarded to the program office/selection official(s) for consideration. Only applicants to be interviewed will be contacted. No phone calls please and no hand carries. This announcement is open and continuous until December 26, 2025, although selections may be made in advance of that date. Please be advised that all contractors, if hired, must obtain a Unique Entity Identifier and must maintain SAM registration. The U.S. Government is an Equal Opportunity Employer.

Deadline: 12/27/2025
Posted: 11/7/2025
PresolicitationNAICS: 541519.0

CL25041017 BATTERY LTC

NSN(s): 6140-01-378-8232, 6140-01-457-5469, 6140-01-475-9361, 6140-01-475-9414, 6140-01-523-6288, 6140-01-529-7226, and 6160-01-453-0858 Item Description: SEE RFP Manufacturer’s Code and Part Number (if applicable): N/A Drawing Number (if applicable): SEE RFP Specification Number (if applicable): N/A Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (if applicable): N/A Quantity (including option quantity) : Anticipated type of contract is a firm-fixed price contract. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis. Unit of Issue: EA Destination Information: FOB DESTINATION – STOCK ONLY Delivery Schedule: SEE RFP ** Anticipated type of contract is an Indefinite Quantity Contract (IQC), I/A/W FAR Part 12 procedures. ** This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. For items with available technical data, users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). All responsible sources may submit an offer/quote which shall be considered. --- ( x ) The solicitation will be available on DLA’s Internet Bid Board Site (https://www.dibbs.bsm.dla.mil/RFP/) on or about 11/25/2025. ( x ) The Small Business size standard is _1250_ employees. ( x ) Specifications, plans or drawings are not available. ( x ) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. (x ) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. ( x) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 USC 2304(c)(1). Approved sources are: CLARIOS (0UJ55) TYPE OF SET-ASIDE: UNRESTRICTED

Deadline: 12/27/2025
Posted: 11/10/2025
PresolicitationNAICS: 335910.0

Suite of Integrated Radio Frequency Countermeasures (SIRFC) system

The United States Special Operations Command (USSOCOM), Special Operation Forces (SOF), Acquisition Technology and Logistics (AT&L), Technology Applications Program Office (TAPO) intends to award a non-competitive sole source follow-on contract under the authority of FAR 6.302-1 for the procurement of the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC). The contract will support the AN/ALQ-211 system through procurement of Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support. The intended source for this procurement is L3Harris Technologies, Inc., 77 River Road, Clifton, New Jersey 07014-2000 Cage: 28527. The intended award will result in a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The IDIQ will consist of one (1) five-year ordering period and a six (6) month option to extend the ordering period. The Agency has tentatively assigned North American Industry Classification System (NAICS) Code 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, to the requirement, but interested sources can recommend other NAICS Codes for agency consideration Small Business Size Standard: 1350. 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 the FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Per FAR 6.302-1(a)(2)(ii), Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (1) substantial duplication of cost to the Government that is not expected to be recovered through competition, or (2) unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 3304(b)(2) or 41 U.S.C. 253 (d)(1)(B). L3Harris Technologies, Inc. is the only available source who can support the sustainment of the AN/ALQ-211 system as its sole designer and developer. In addition to possessing unique knowledge and in-depth understanding of the design and operation of the AN/ALQ-211 system, L3Harris Technologies, Inc. maintains intellectual property rights for the AN/ALQ-211. A Sources Sought Notice was publicized as required by DFARS 206.302-1(d) on 16 November 2023. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all capabilities statements or proposals received within the closing date set in 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. All interested, capable, and responsible sources that would like to respond to this pre-solicitation synopsis are encouraged to provide a statement of interest along with supporting documentation to Mrs. Stephanie Dillon, stephanie.f.dillon.civ@socom.mil, no later than 10:00 am Eastern Time on 27 December 2024. The interested source bears the burden of substantiating its proposed system meets the Government’s requirements without substantially duplicating the cost and schedule already incurred for development and qualification of the L3Harris Technologies, Inc. system.

Deadline: 12/27/2025
Posted: 12/13/2024
PresolicitationNAICS: 334511.0

Mid Range Capability (MRC) Production

This notification is published solely for informational reasons and does not constitute a proposal request. The ACC-RSA intends to acquire Mid Range Capability (MRC) units using a procurement method other than full and open competition in accordance with 10 U.S.C. 3204(a)(1) as implemented by FAR Part 6.302-1(a)(2)(ii)(A) and (B) — Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The U.S. Army has a need to obtain a fifth battery with potential for additional GSE for the MRC weapon system. The first four batteries were developed and produced by Lockheed Martin Corporation (LMC), Rotary and Mission Systems (RMS) CAGE code 02769, located at 199 BORTON LANDING RD, MOORESTOWN, NJ 08057. Federal Acquisition Regulation (FAR) 5.203(a) requires agencies to make public notice on SAM.gov at least 15 days before a proposed contract action the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302.

Deadline: 12/27/2025
Posted: 12/16/2024
PresolicitationNAICS: 336414.0

SPRTA1-26-R-0106 (NSN: 2840-01-448-7511)

Synopsis FD2030-25-01320 Estimated issue date 11/28/2025 and estimated closing/response date 12/28/2025. RFP #: SPRTA1-26-R-0106 PR#: FD2030-25-01320 Nomenclature/Noun: SUPPORT, TURBINE COM NSN: 2840-01-448-7511 PN: 4083681-01 Application (Engine or Aircraft): F-110 Acquisition Method Code (AMC): 1/C Description: Support-Turbine Duct and Vane Assembly Material: Nickel Alloy Quantity: FA Requirement LINE ITEM OOO1: 2 each LINE ITEM OOO2: 4 each LINE ITEM OOO3: 2 each LINE ITEM OOO4: 1 each LINE ITEM OOO5: 1 Lot LINE ITEM OOO6: 1 Lot All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements. 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. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirements at time of award, in accordance with FAR Clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Export Control does apply. The solicitation will be available for download on the release date from www.fedbizops.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Al Dacalio at (405) 739-8448 or email alson.dacalio@us.af.mil Note: Faxed solicitation requests can be submitted to DLA Aviation-AOBA, Tinker AFB, OK 73145, FAX NUMBER (405) 739-4237.

Deadline: 12/28/2025
Posted: 11/13/2025
PresolicitationNAICS: 336412.0

B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD, DYESS AFB, TX

Please note this solicitation requires o?erors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before award. This announcement is a competitive, firm-fixed price, Small Business Design Bid Build contract, procured in accordance with FAR 15, Negotiated Procurement using “Best Value” trade-off process. The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $45.0 Million. The Product Service Code is Y1NA - Construction of Fuel Supply Facilities. The solication is anticipated to be issued on or about September 2024 and proposals due on or about October 2024. The estimated duration of the project is 549 calendar days from the notice to proceed. In accordance with DFARS Part 236, the construction magnitude is between $25,000,000 - $100,000,000. PROJECT SCOPE: Construct a new refueler truck yard for the 7th Logistics & Readiness Squadron Fuels flight at Dyess Air Force Base. Construction includes a refueler truck parking area with 9 inch reinforced concrete pavement, secondary containment, area lighting & pavement markings. Construct covered vehicle parking canopies within the refueler truck parking area with metal superstructure, standing seam metal roof & lighting. Construct secondary containment for R-11 refueler trucks consisting of trench drains, drain lines & a concrete containment basin. Construct a covered equipment storage building adjacent to the refueler truck parking area with concrete foundation, metal superstructure, metal roofing, metal wall covering & lighting. This storage building will not require plumbing, heating or cooling. Site improvements include a contractor controlled access & lay down area with gate to support construction activities for multiple projects. Supporting facilities to include all utilities, site improvements, stormwater drainage, access roadways, perimeter fencing, special foundations due to local expansive soils & other necessary work to support a complete & usable facility. Construct a new Logistics & Readiness Fuels Flight administrative & laboratory facility for the 7th Logistics & Readiness Squadron (LRS) at Dyess Air Force Base (DAFB) consisting of administrative space, command space, laboratory space, physical control capability & proximity to the refueler truck yard. Construction includes a single-story facility with reinforced concrete drilled pier foundation, load bearing masonry walls, prefinished metal wall panels, standing seam metal roof on light gauge steel framing & interior finishes. The facility also includes laboratory fixtures including grounding rails, sinks, cabinetry, water filtration, vented enclosure, dedicated heating & air conditioning, drainage, base wide fuel system control interface, electrical, secure communications, a backup generator per Air Force Instruction 32-1062, mass notification system, fire suppression & alarm system. Supporting facilities include all utilities, detention pond for storm drainage, site improvements, pavements, communications infrastructure, special foundation due to local expansive soil, site demolition & other supporting work necessary to make a complete & usable facility. Storm drainage includes an area for temporary water retention. The existing fuels administration laboratory facility, B4111, will be demolished by a separate project in the following fiscal year. The project must be compatible with applicable Department of Defense, Air Force & base design standards. In addition, local materials & construction techniques will be used where cost effective. Facilities to be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01, General Building Requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010- 01. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/.After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/. The use of the website requires prior registration at https://sam.gov/. Plans and specifications will not be made available at https://sam.gov/ at issuance of solicitation. It is the Offerors responsibility to monitor the https://sam.gov/ web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. Pursuit to FAR 36.211(b)(1) and (2), USACE accessible website, Partnering With Us, https://www.usace.army.mil/Business-With-Us/Parterning/ is provided which includes certain information regarding the agency’s definization of equitable adjustments for change orders under construction contracts. Access: A “SPRS Cyber Vendor User” role is required to enter Basic Assessment information. Step-by-step PIEE Access Instructions can be found here (copy and paste link into your browser) https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf This solicitation and receipt of all proposals will be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/ There are 10 general steps a vendor must follow in order to use PIEE application modules. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#s tep For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://sam.gov/ Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://sam.gov/ website solicitation number W9126G24R0001.

Deadline: 12/28/2025
Posted: 11/20/2024
PresolicitationNAICS: 236220.0

Febuxostat National Contract

The Defense Logistics Agency is planning to issue a solicitation for a national requirements contract for Febuxostat. Procurement details follow. Febuxostat Tablets 40 MG and 80 MG in 30 count bottles. This will be an unrestricted and fully competitive acquisition. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. A contract resulting from this solicitation will establish a national supply source, in accordance with FAR 52.216-21 (Requirements), to provide the items listed in the schedule for purchase by Department of Defense, Department of Veterans Affairs, Indian Health Service and Bureau of Prisons customers through the DLA and VA prime vendor programs. The annual usage estimates will be provided in the Schedule of Supplies section of the solicitation. This is a commercial item and will be solicited using FAR part 12. All sources may submit a proposal which shall be considered by the agency. A copy of the solicitation will be posted to the DLA Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil and Beta Sam.Gov at https://beta.sam.gov/. Interested parties should contact Denise Taubman (denise.taubman@dla.mil) for any questions/comments. Interested parties are further advised to set up automated notifications of pre-solicitation or solicitation changes through this website. The current projected solicitation date is February 2021. DLA reserves the right to issue the solicitation before or after the projected solicitation date. The Defense Logistics Agency is planning to issue a solicitation for a national requirements contract for Febuxostat. Procurement details follow. Febuxostat Tablets 40 MG and 80 MG in 30 count bottles. This will be an unrestricted and fully competitive acquisition. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. A contract resulting from this solicitation will establish a national supply source, in accordance with FAR 52.216-21 (Requirements), to provide the items listed in the schedule for purchase by Department of Defense, Department of Veterans Affairs, Indian Health Service and Bureau of Prisons customers through the DLA and VA prime vendor programs. The annual usage estimates will be provided in the Schedule of Supplies section of the solicitation. This is a commercial item and will be solicited using FAR part 12. All sources may submit a proposal which shall be considered by the agency. A copy of the solicitation will be posted to the DLA Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil and Beta Sam.Gov at https://beta.sam.gov/. Interested parties should contact Denise Taubman (denise.taubman@dla.mil) for any questions/comments. Interested parties are further advised to set up automated notifications of pre-solicitation or solicitation changes through this website. The current projected solicitation date is February 2021. DLA reserves the right to issue the solicitation before or after the projected solicitation date.

Deadline: 12/28/2025
Posted: 12/29/2020
PresolicitationNAICS: 325412.0

61--MOTOR,ALTERNATING C

NSN 7R-6105-016675678-EY, REF NR 801633-559 GROUP 2, QTY 16 EA, DELIVERY FOB ORIGIN. This part must be acquired from/repaired by a source(s)specified on a source control or selected item drawing as defined by thecurrent version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing/repair knowledge are not available to permit acquisition from/repair by other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.The proposed contract action is for supplies or services for which theGovernment 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 containedin FAR Part 12, Acquisition of Commercial Items, in its solicitation for thedescribed supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. NO DRAWINGS ARE AVAILABLE FOR THIS REQUEST

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF

NSN 7R-5998-015304069-V2, TDP VER 001, QTY 81 EA, DELIVERY FOB ORIGIN. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

58--PROCESSOR,SIGNAL DA

NSN 0R-5895-017091273-P8, REF NR 282423-04, QTY 4 EA, DELIVERY FOB ORIGIN. The design of this part is unstable. Engineering, manufacturing, or performance characteristics indicate that the required design objectives have not been achieved. Major changes are contemplated because the part has a low process yield or has demonstrated marginal performance during tests or service use. These changes will render the present part obsolete and unusable in its present configuration. Limited acquisition/repair from the present source is anticipated pending configuration changes. Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

16--LEADING EDGE

NSN 1R-1680-016241425-V2, IAW REF NR 901-370-375-101, QTY 3 EA, DELIVERY FOB ORIGIN. This solicitation will be using competitive procedures for new manufacture spare parts.//This requirement will be awarded to the offeror based on the following evaluation criteria. Offers submitted will be evaluated based on the following criteria: lead time, price, past performance and capacity. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as e-mail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue contractual documents as detailed herein. This part must be acquired from/repaired by a source(s)specified on a source control or selected item drawing as defined by thecurrent version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing/repair knowledge are not available to permit acquisition from/repair by other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument 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. 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in thesolicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

61--CABLE ASSEMBLY,SPEC

NSN 1H-6150-012711468-D4, TDP VER 008, QTY 7 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: 12/29/2025
Posted: 10/29/2025
Presolicitation

17--BRAKE SERVO,LANDING

NSN 7R-1710-016657072-EY, REF NR 3890AS000118-01, QTY 2 EA, DELIVERY FOB ORIGIN. The Government physically does not have in its possession sufficient, accurate, or legible data to purchase this part/contract repair from other than the current source(s). Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.The proposed contract action is for supplies or services for which theGovernment 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 containedin FAR Part 12, Acquisition of Commercial Items, in its solicitation for thedescribed supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. NO DRAWINGS ARE AVAILABLE FOR THIS REQUEST.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

16--REGULATOR,AIR PRESS, IN REPAIR/MODIFICATION OF

NSN 7R-1660-014833094-KB, TDP VER 002, QTY 26 EA, DELIVERY FOB ORIGIN. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

99--WEIGHT,PLUG

NSN 1R-9999-LLHPGJ389-V2, REF NR 901-011-211-107, QTY 1 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. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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. 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in thesolicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/29/2025
Posted: 11/15/2025
Presolicitation

66--TEST KIT, LP

NSN 7H-6625-017076348-X5, TDP VER 001, QTY 2 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002, DELIVER TO W62G2T, W1A8 DLA DIST SAN JOAQUIN, TRACY, CA 95304-5000. The rights to use the data needed to purchase/repair this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. 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. The rights to use the data needed to purchase/repair this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. 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: 12/29/2025
Posted: 11/18/2025
Presolicitation

66--PIPET,MEASURING

NSN 1H-6640-015053014-X3, TDP VER 010, QTY 131 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002, DELIVER TO W62G2T, W1A8 DLA DIST SAN JOAQUIN, TRACY, CA 95304-5000. 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.

Deadline: 12/29/2025
Posted: 11/18/2025
Presolicitation

70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF

NSN 0R-7025-017091872-P8, REF NR 97-2727-000 REV C, QTY 2 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on a sole source basis with General Micro Systems INC (0A8J6) for the purchase of a Repair. QTY: 1, Spare of NSN 7RH 7025 017091872, P/N 97-2727-000 REV C, MEMORY UNIT,DATA ST. There are no drawings/data available. This source is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support of the above repair part. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Source Approval Statement applies to this NSN.The approved sources for this material are listed above and it is expected that award will be made to this firm. Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR. This procurement will not be delayed to wait for a SAR approval. NAICS CODE: 334112 FSC: 7025 The Government intends to acquire these supplies using the provisions, clauses and procedures prescribed in FAR Part 15. 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 of this synopsis will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to condu ct a competitive procurement. Electronic procedures will be used for this solicitation. RFP/Solicitation will be posted to NECO. No telephone requests will be honored and no hard copies will be mailed out. Anticipated award date is January 2026. Interested organizations may submit their capabilities and qualifications to perform the effort by email at micahel.j.brown1069.cvi@us.navy.mil.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

66--INDICATOR,LIQUID QU, IN REPAIR/MODIFICATION OF

NSN 7H-6680-014169431-GL, TDP VER 005, QTY 28 EA, DELIVERY FOB ORIGIN. This notice of intent is not a request for competitive quotes and the proposed/contract action is for supplies or services for which the Government intends to negotiate with only one sourece. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. Quotes received prior to the award date will be considered by the Government.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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. ALL FIRMS SHOULD INCLUDE THEIR CAGE CODE ON SOLICITATION REQUESTS. 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. 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. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/29/2025
Posted: 11/13/2025
Presolicitation

48--VALVE,BUTTERFLY, IN REPAIR/MODIFICATION OF

NSN 7R-4810-014707884-KB, TDP VER 003, QTY 25 EA, DELIVERY FOB ORIGIN. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

16--INSULATION BLANKET

NSN 1R-1660-LLHPAW530-V2, REF NR 901-369-211-121, QTY 1 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. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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. 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in thesolicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/29/2025
Posted: 11/15/2025
Presolicitation

61--CABLE ASSEMBLY,SPEC

NSN 1H-6150-015433620-D4, TDP VER 011, QTY 10 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: 12/29/2025
Posted: 10/30/2025
Presolicitation

48 - VALVE, CONTROL 5-BA - SPE7MC25R0020

1. ACTION CODE: P = Presolicitation 2. PRODUCT SERVICE CODE: 4820 3. NAICS CODE: 332911 4. TITLE: VALVE, CONTROL 5-BA 5. RESPONSE DATE: 29 DEC 2025 6. PRIMARY POINT OF CONTACT: Richard Shemenski, Richard.Shemenski@dla.mil 7. SECONDARY POINT OF CONTACT: 8. SOLICITATION NUMBER: SPE7MC25R0020 9. PLACE OF PERFORMANCE: This contract is subject to the Service Contract Act and the place of performance is unknown at this time. DESCRIPTION: VALVE, CONTROL 5-BA (1) National Stock Number (NSN): 4820015595983 (2) Specification on qualification requirement in order to be eligible for award (see subpart 9.2). (3) Manufacturer’s Code and Part Number. Specifications, plans or drawings are not available: This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved source is: GROVE U.S. LLC (12361) P/N 7-926-100586 (4) Quantity, including any options for additional quantities: 99 (5) Unit of issue: EA (6) Destination information: Inspection and acceptance at destination. FOB Origin (Under First Destination Transportation). (7) Delivery schedule: 225 Days ARO All responsible sources may submit an offer/quote which shall be considered. The solicitation will be available in DIBBS on its issue date on or after 25 NOV 2025 This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/ . Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in 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. Various Increments Solicited: FROM: 90 TO: 109 FROM: 110 TO: 129 FROM: 130 TO: 150

Deadline: 12/29/2025
Posted: 11/7/2025
PresolicitationNAICS: 332911.0

F--Exclusive Use Amphibious Single Engine Scooper Flight Services in Support of th

Exclusive Use Amphibious Single Engine Scooper Flight Services in Support of the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota

Deadline: 12/29/2025
Posted: 11/17/2025
PresolicitationNAICS: 115310.0

NSN 1670-012363820, CANOPY,EJECTION SEA, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC-

CANOPY,EJECTION SEA PR 7013240621is FOB Origin, I/A Origin. NSN 1670-012363820 is a CANOPY,EJECTION SEA. This solicitation is for a quantity of 185 each. Solicitation is being solicited as unrestricted, other than full and open. There are four approved sources of supply: FXC CORPORATION - CAGE 56600 / AIRBORNE SYSTEMS NORTH AMERICAN OF CA INC - CAGE 05QR4 / FXC CORPORATION - CAGE 52497 / MILLS MANUFACTURING CORPORATION - CAGE 02693. The required delivery is 921 days ARO. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. A copy of the solicitation will be available via the DIBBS Website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. From the DIBBS Homepage, select “Requests for Proposal ( RFP ) / Invitation For Bid (IFB)” from the menu under the tab “Solicitations.” Then search for and choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at: http://www.adobe.com. A paper copy of this solicitation will not be available to requestors.

Deadline: 12/29/2025
Posted: 11/12/2025
PresolicitationNAICS: 336413.0

NATIONAL OPERATIONAL/MAILING SUPPLIES

The purpose of this requirement is to establish a five year IDIQ contract to support seven (7) CMOP locations with Operational (Mailing) Supplies.

Deadline: 12/29/2025
Posted: 11/7/2025
PresolicitationNAICS: 322211.0

SPE4A726R0147 – 5342 – COUPLING, CLAMP, GROOVED / WSIC F

NSN 5342-01-432-2865; COUPLING, CLAMP, GROOVED; WSIC F; IQC PR 1000215254. THIS PART IS MANUFACTURED BY EATON AEROQUIP LLC (00624) and LOCKHEED MARTIN CORP (98897), UNDER PART NUMBER NM115001-0400. THIS SOLICITATION WILL RESULT IN AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANITTY IS 436 EACH; THE MINIMUM DELIVERY ORDER QUANTITY IS 108 EACH; THE MAXIMUM DELIVERY ORDER QUANTITY IS 436 EACH. THE DELIVERY DATE WILL BE 493 DAYS AFTER THE RECEIPT DATE OF ORDER. INSPECTION AND ACCEPTANCE WILL BE AT ORIGIN, FOB IS AT DESTINATION. SURGE APPLIES TO THIS PROCUREMENT; THE MONTHLY SURGE QUANTIY IS 8 EACH. THIS IS A DLA DIRECT PROCUREMENT. THE SOLICITATION WILL BE ISSUED AS AN UNRESTRICTED PROCUREMENT (OTHER THAN FULL AND OPEN COMPETITION NOT PREVIOUSLY ADDRESSED). THIS IS A CRITICAL SAFETY ITEM. PRICE, PAST PERFORMANCE AND DELIVERY WILL BE EQUALLY WEIGHTED. THE FINAL CONTRACT AWARD DECISION MAY BE BASED UPON A COMBINATION OF PRICE, PAST PERFORMANCE, SPRS AND OTHER EVALUATION FACTORS AS DESCRIBED IN THE SOLICITATION. THIS REQUEST IS FOR A WIRTTEN QUOTE. PLEASE SUBMIT OFFERS IN WRITING. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT "REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)" FROM THE MENU UNDER THE TAB "SOLICITATIONS." THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT HTTP://WWW.ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR AROUND NOVEMBER 28, 2025.

Deadline: 12/29/2025
Posted: 11/14/2025
PresolicitationNAICS: 332510.0

48--STARTER CONTROL VAL, IN REPAIR/MODIFICATION OF

NSN 7R-4820-016629522-F7, TDP VER 006, QTY 5 EA, DELIVERY FOB ORIGIN. This part is a commercial/nondevelopmental/off-the-shelf item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/30/2025
Posted: 11/15/2025
Presolicitation

48--VALVE,CHECK

NSN 1R-4820-016221337-EY, REF NR 803-1385637-052AF, QTY 4 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on a limited competitive basis with MILWAUKEE VALVE CO INC (76364) and MONARCH SUPPLY CO INC (9N735) for the purchase the following: NSN: 4820 016221337 QTY:4 P/N: 803-1385637-052AF Item: VALVE,CHECK This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the ntended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. NAICS CODE: 332919 FSC: 4820 The Government intends to acquire these supplies using the provisions, clauses and procedures prescribed in FAR Part 15. 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. 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. Source Approval Statement applies to this NSN. This is a limited competition, approved sources are MILWAUKEE VALVE CO INC (76364) and MONARCH SUPPLY CO INC (9N735). It is expected that award will be made to one of these firms. Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR. This procurement will not be delayed to wait for a SAR approval. This procurement is a not a Total Small Business Set-Aside. Electronic procedures will be used for this solicitation. RFQ/Solicitation will be posted to NECO. No telephone requests will be honored and no hard copies will be mailed out. Anticipated award date is December 2025. Interested organizations may submit their capabilities and qualifications to perform the effort by email at kimberly.flores12.civ@us.navy.mil.

Deadline: 12/30/2025
Posted: 11/15/2025
Presolicitation

59--AMPLIFIER,RADIO FRE

NSN 7R-5996-016916062-RQ, REF NR 4001031301, QTY 5 EA, DELIVERY FOB ORIGIN. This is a NEW SPARES requirement. Drawings NOT available. 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 Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.The proposed contract action is for supplies or services for which theGovernment 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 containedin FAR Part 12, Acquisition of Commercial Items, in its solicitation for thedescribed supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/30/2025
Posted: 11/15/2025
Presolicitation

16--COMPRESSOR,WING PY

NSN 7R-1680-015887863-P8, REF NR 237637-9001, QTY 16 EA, DELIVERY FOB ORIGIN. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. Procurement Note E05 (DLAD 46.292) is hereby incorporated by reference. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. Unless for (P-8/P-3 Platform) Commercial Items (IAW FAR 2.101) readily available on the commercial market for which current FAA certification documentation (FAA Form 8130-3 Air Worthiness Approval Tag) will accompany individual product, for New Unused stock from the OEM, Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved source(s) MUST submit a copy of their authorized distributor letter, on the source's letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. Other than what is noted for P-8/P-3 Platform, all potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable; Offers for such are ineligible for award. The data needed to acquire/repair this part competitively is not physically available, it cannot be obtained economically, nor is it possibleto draft adequate specifications or any other adequate, economical description of the material for a competitive solicitation. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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.

Deadline: 12/30/2025
Posted: 11/15/2025
Presolicitation

43--PUMP,DISTILLED WATE, IN REPAIR/MODIFICATION OF

NSN 7H-4320-011300015-CP, TDP VER 002, QTY 1 EA, DELIVER TO SW3117, DLA DISTRIBUTION NORFOLK VA, NORFOLK, VA 23511-0001, INDUCTION NIIN IS 7H, 4320, 011300015, CP, PUMP,DISTILLED WATE, 528P200. 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. ALL FIRMS SHOULD INCLUDE THEIR CAGE CODE ON SOLICITATION REQUESTS. THIS IS A LEVEL 1 ITEM WHICH WILL BE ACQUIRED FROM APPROVED SOURCES ONLY. CONTRACTS WILL BE AWARDED TO OFFERORS WHOSE INSPECTION SYSTEM CONFORMS TO MIL-I-45208A OR EQUIVALENT AS CERIFIED BY A JOINT DCMA/NAVSUP WSS SURVEY TEAM. INFORMATION ABOUT THE MIL-I-45208A REQUIREMENT MAY BE OBTAINED FROM NAVSUP WEAPON SYSTEMS SUPPORT, CODE N97122, P.O. BOX 2020, MECHANICSBURG PA 17055-0788. 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. 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: 12/30/2025
Posted: 11/14/2025
Presolicitation

4820-01-589-7552, Body, valve

DESCRIPTION: All responsible sources may submit an offer/quote which shall be considered. The solicitation will be available in DIBBS on its issue date on or after 11/28/2025 This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/. Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in 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. National Stock Number (NSN): 4820-01-589-7552 Quantity (including quantity ranges): 275 Unit of Issue: EA Inspection and Acceptance: Destination FOB: Origin Delivery: 500 days Quantity Price Break Ranges Solicited: R1: 10-29 EA R2: 30-100 EA R3: 101-200 EA R4: 201-275 EA CAGE and P/N: Manufacturer’s Code and Part Number. Specifications, plans or drawings are not available: This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 3204(a)(1). Approved source: Circor Aerospace, Inc. (50601) p/n 90-1010024-7 Procurement Item Description Text: BODY, VALVE (BODY ASSEMBLY) RD002: Covered Defense Information Applies RP001: DLA Packaging Requirements for Procurement This item requires Item Unique Identification (IUID) in accordance with the enclosed/referenced IUID technical requirements and MIL-STD-130. DFARS 252.211-7003 clause applies. RA001: This document incorporates technical and / or quality requirements (identified by an ‘R’ or an ‘I’ number) set forth in full text in the DLA Master List of Technical and Quality Requirements found on the web at: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx For simplified acquisitions, the revision of the Master in effect on the solicitation issue date or the award date controls. For large acquisitions, the revision of the master in effect on the RFP issue date applies unless a solicitation amendment incorporates a follow-on revision, in which case the amendment date controls. RQ011: Removal of Government Identification from Non-accepted Supplies Critical Application Item Circor Aerospace, Inc. DBA (50601) P/N 90-1010024-7 Packaging Text: PKGING DATA-QUP: 001 Will be packaged in accordance with ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. Palletization shall be in accordance with RP001: DLA Packaging Requirements for Procurement.

Deadline: 12/30/2025
Posted: 11/13/2025
PresolicitationNAICS: 336412.0

Jackson Hole Levee Vegetation Spraying

This Presolicitation pertains to the Vegetation Spraying in accordance with the Performance Work Statement for the U.S. Army Corps of Engineers, Walla Walla District, Jackson Hole Levee Project. This will be a firm-fixed-price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) service contract. The North American Industry Classification System (NAICS) code for this project is 561730 and the associated small business size standard is $9.5M. The solicitation will be a Total Small Business Set Aside. This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation has been scheduled to be released via https://sam.gov/ soon detailing requirements for the Jackson Hole Levee Vegetation Spraying. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Conducting business with the Government: In order for contractors to conduct business with the Department of Defense, the Contractor must provide registration information to the System for Award Management (SAM). All offerors must be registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished at www.sam.gov. By submission of a quote, the Contractor acknowledges the requirement to be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this requirement will be accessible via sam.gov at https://sam.gov/content/home. No CD’s or hard copies will be available. Offerors are responsible for any loss of internet connectivity or for an Offeror’s inability to access the documents posted at the referenced website. Prospective offerors are responsible for checking for any update(s) to the Notice. To obtain automatic notifications of updates to this solicitation, you must log in to www.sam.gov and add the solicitation to your quote watch list.

Deadline: 12/30/2025
Posted: 11/14/2025
PresolicitationNAICS: 561730.0

Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.

SPE603-26-R-5X09 DLA Energy COCO Fuel Services, Operations and Maintenance at Fort Bragg, NC This is a Sources Sought Notice only. It seeks information from small business sources that can provide fuel management services. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. No solicitation is being issued at this time. Defense Logistics Agency (DLA) - Energy anticipates issuing a Request for Proposal (RFP) within the next 90 days. For reference purposes the solicitation, when issued, will be numbered SPE603-26-R-5X09. The amount of information available at this time is limited. A preproposal conference will be held after the solicitation is issued. Date and time will be provided later. The DLA Energy, Bulk Petroleum Supply Chain Services, Domestic Storage and Services Division, seeks potential small business sources to perform fuel facility operation, maintenance, support operation, management and administration pertaining to provide Contractor-owned, Contractor-Operated (COCO) bulk retail services at two locations on Fort Bragg, NC. Each location must be capable of storing 90,000 gallons of F24, 20,000 gallons of MUR, and 20,000 gallons of ULSD. Retail services include Issuing F24, ULSD, and MUR and Bulk Loading of F24 and ULSD. The contractor will be additionally responsible to ensure safe and accurate receipt, storage, transfer, issue, quality control, and accounting for Defense Working Capital Fund (DWCF) - owned petroleum products under their control. To be considered, interested firms must demonstrate the capacity to supply all personnel, equipment, and materials required to successfully deliver the specified services. Any facilities, equipment, or materials provided by the contractor must be compatible and suitable for the retail and bulk dispensing of the following fuel types: military-grade aviation fuel F24, commercial gasoline, and commercial diesel. The government will provide the following resources to support the contract: land easements, utility infrastructure, utility billing services, and EPOS (Electronic Point of Sale) components and hardware. One fuel facility must be fully operational and capable of providing the full scope of required services within 12 months of the contract award date. The second facility must be completed within 24 months of the contract award date. The Government will award one firm, fixed price contract for a four-year base period and with five, five-year options to renew, a total of 29 years possible. The expected performance period for the base is March 1, 2027 to February 29, 2031, five (5) five-year option periods from March 1, 2031 to February 28, 2036, then March 1, 2036 to February 28, 2031, then March 1, 2031 to February 28, 2036, then March 1, 2036 to February 28, 2041, then March 1, 2041 to February 28, 2046, then March 1, 2046 to February 28, 2051, then March 1, 2051 to February 28, 2056 and the option to extend, not to exceed six months from March 1, 2056 to August 31, 2056. Contracts awarded are subject to FAR 52.222.41 and Service Contract Act of 1965. The proposed solicitation is being considered for a set-aside under small business set-aside program. The North American Industry Classification System (NAICS) Code is 493190 and the size standard is $36.5 million. The Government is interested in the following small business categories to respond to this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service Disabled Veteran-Owned Small Businesses (SDVOSBz). Responses are limited to not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 3:00 PM local Ft. Belvoir, VA time on December 03, 2025. Only responses submitted via e-mail will be considered. E-mail submissions to: Morishita,Armstead@DLA.MIL. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar fuels management requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to COCO fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type (s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a four-year contract at one or more locations, in the event there are delays with the payment process? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? Contracting Office Address: 8725 John J. Kingman Road Fort Belvoir, Virginia 22060-6222 United States Place of Performance: Fort Bragg, North Carolina United States

Deadline: 12/30/2025
Posted: 11/17/2025
PresolicitationNAICS: 493190.0

Furniture restoration

Please note this solicitation is not ready to be issued as of this date. The Embassy of the United States in Argentina will launch the solicitation on the SAM.gov website when it is available. The requirement is for Furniture restoration All responsible sources may submit a quotation, which will be considered. The Government may award the contract based on the initial offer without discussion. The resultant contract will be a firm fixed price type contract. The Government is planning a pre-quotation conference and the date for this conference will be in the solicitation. All contractors must be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to submitting an offer pursuant to FAR provision 52.204-7. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals. This opportunity is subject to 52.229-12 - Tax on Certain Foreign Procurements (FEB 2021) Electronic Submission/Responses: This opportunity allows for electronic responses. Please submit your offer prior to the response date and time. Please ensure your email with your offer does not exceed (30 MB), if it does then you might have to send more than one email.

Deadline: 12/31/2025
Posted: 5/22/2025
PresolicitationNAICS: 81142.0

Bulk Internet Data Service VIA FIBEROPTIC FACILITIES at U.S. Embassy JAKARTA

This solicitation is not ready to be issued as of this date. The Embassy of the United States in Jakarta, Indonesia, will release a solicitation for internet service dedicated line via Fiber Optic Facility. The Government plans to issue the solicitation in early December 2025. The quotation due date will be set forth in the solicitation. The Government intends to award a contract/purchase order resulting from this solicitation to the responsible contractor whose quotation conforms to the solicitation and represents the best value to the Government, price and other factors considered utilizing FAR 13 Comparative Evaluation. The Government may award the contract/purchase order based on the initial offer without discussion. The resultant contract/purchase order will be firm fixed price. All contractors shall be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to contract award pursuant to FAR provision 52.204-7. Therefore, prospective offerors are required to register prior to the submittal of offers. If you are not already registered, please start the registration process as soon as possible after reading this notice. Electronic Submission/Responses: This opportunity allows for electronic responses. Please submit your offer via email to JakartaPCUbidding@state.gov prior to the response date and time. It is important to make sure the submission is made in specific size and format; in MS-Word or Adobe Acrobat (pdf) file format. The file size must not exceed 30MB.

Deadline: 12/31/2025
Posted: 11/19/2025
PresolicitationNAICS: 517111.0

Maintenance and Repair of Fire Control Center Systems - USAG Ansbach

This posting is strictly a pre-solicitation notice. The Regional Contracting Office - Bavaria intends to issue a solicitation for Maintenance and Repair of Fire Control Center, USAG Ansbach. A Requirements Type Contract with Firm Fixed Price (FFP), Time and Material (T&M) and Labor Hour (LH) CLINs will be awarded. This requirement will utilize low price technically acceptable evaluation factors in determining the successful offer. The Government anticipates posting the solicitation to the sam.gov website in December 2024. All amendments to the solicitation will be posted to this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing lists will not be compiled and the RPA and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. All contractors must be registered in the System for Award Management (SAM at www.sam.gov) to be eligible for contract award. Faxed offers or amendments will not be accepted. All dates are subject to change without notice. This pre-solicitation is a non-personal services contract to provide maintenance, repair and emergency repair services of the Fire Control Centers within USAG Ansbach in the Federal republic of Germany, State of Bavaria. The Government will not exercise any supervision or control over the contract service providers. The Contractor shall perform to the standards specified in this Performance Work Statement (PWS). The PWS and all associated documentation will be provided when the solicitation is posted to the sam.gov website. This posting is strictly a pre-solicitation notice.

Deadline: 12/31/2025
Posted: 11/12/2024
PresolicitationNAICS: 561621.0

31--CYLINDER,HOIST

NSN 7G-3120-014856706, TDP VER 004, REF NR D1218632, QTY 13 EA, DELIVERY FOB ORIGIN. 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. 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. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/31/2025
Posted: 10/16/2025
Presolicitation

Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC

Construct Mobile Imaging Pad 540-24-104

Deadline: 12/31/2025
Posted: 11/6/2025
PresolicitationNAICS: 236220.0

5995-011164246; 05A HELICOPTER, CHINOOK, CH-47; 17N AIRCRAFT, HAWKEYE E-2C; B4N ADVANCE HAWK EYE; BPN AIRCRAFT, C-2A (REPROCURED); C2N MH60S HELICOPTER-MH-60S – FMS; EEN E2/C2 ALL SERIES; YLN HELICOPTER, SEAHAWK, H-60

The unrestricted solicitation will be issued under PR number 1000196147 to establish an Indefinite Quantity Contract (IQC). NAICS 334419 NSN: 5995-011164246, CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL; CRITICAL; HIGHER LEVEL; CRITICAL SAFETY ITEM Approved Sources: NORTHROP GRUMMAN SYSTEMS CORPORATION (26512) P/N 35302-176 NORTHROP GRUMMAN SYSTEMS CORPORATION (61174) P/N 35302-176 NORTHROP GRUMMAN SYSTEMS CORPORATION (70974) P/N 35302-176 KIDDE TECHNOLOGIES INC. (73168) P/N 35302-176 NORTHROP GRUMMAN TECHNICAL SERVICES, (59U82) P/N 35302-176 NORTHROP GRUMMAN SYSTEMS CORPORATION (79RG9) P/N 35302-176 LEONARDO SPA HELICOPTERS DIVISION (A0126) P/N 35302-176 Required delivery is 186 days. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery. Pricing will be evaluated on the Estimated Annual Demand (EAD) – 190 each. The Guaranteed Minimum will be cited in the solicitation. This is a 5-year base period without an option. FOB Origin and Inspection/Acceptance Origin for DLA Direct. Solicitation scheduled release date is tentatively 31 Dec 2024. Electronic (DIBBS) Proposals are to be submitted in accordance with FAR 15.208 and notify/cc the Acquisition Specialist. A copy of the solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage. Select "Request for Proposal (RFP)" under the Solicitations heading. Then choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors.

Deadline: 12/31/2025
Posted: 12/16/2024
PresolicitationNAICS: 334419.0

B--EPA Region 7: Environmental Services Assistance Team (ESAT)

EPA Region 7: Environmental Services Assistance Team (ESAT)

Deadline: 12/31/2025
Posted: 11/18/2025
PresolicitationNAICS: 541380.0

28--CASE,COMPRESSOR FRT, IN REPAIR/MODIFICATION OF

NSN 7H-2835-011463530-A1, TDP VER 008, QTY 11 EA, DELIVER TO SW3218, DLA DISTRIBUTION SAN DIEGO, SAN DIEGO, CA 92136-3581, INDUCTION NIIN IS 7H, 2835, 011463530, A1, CASE,COMPRESSOR FRT, L25723G03. 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. 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: 12/31/2025
Posted: 11/3/2025
Presolicitation

Murden Shipyard Repair Services

The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to provide the Dredge Murden with up to (90) days of Shipyard Repair Services. The principal dimensions and physical data for the vessel are shown below: GENERAL DESCRIPTION Length Overall............................................................................ 156’-2” Breadth, Molded........................................................................... 35’ 0” Depth, Molded Amidships to Main Deck at Side........................ 10’-9” Material (Hull and Deckhouse Platform)....................All Welded Steel Material (Deckhouse)…………………………..All Welded Aluminum Gross Tonnage…………................................................... 551 tons ITC Hull Form............................................................…………… Split Hull ABS I.D. No. ……………………………………………….. 12222423 The major work scope includes dry-docking the vessel, cleaning, and painting the exterior (including underneath the deckhouse) and interior of the vessel, assisting with ABS and USCG required inspections, and miscellaneous modifications and repairs in accordance with these specifications. The work scope also includes various items required to satisfy the requirements of the American Bureau of Shipping (ABS) with 7-3-2/5 ABS Steel Vessel Rules for Special Periodical Survey No. 3 and 7-6-2/3 ABS Steel Vessel Rules for Machinery Surveys – Survey Requirements/Special Periodical Surveys. The Contractor is responsible for the costs associated with providing the inspection services of ABS. Repair work must be completed from Brownsville TX, along the intercostal waterway to Tampa, Florida. Facilities are acceptable located up to 90 miles from the intercoastal waterway in any direction between these ports. The contact facility must be navigable by the dredge allowing for 8’ of draft to transit safely. Certification for the dry-dock to be used to lift the plant shall be submitted with the Contractor’s proposal. The dry-dock shall be certified for docking the plant of the dimensions and weight given by one of the following: (a) US Navy, Naval Sea Systems Command (b) American Bureau of Shipping (ABS) (c) An independent registered Professional Engineer specializing in dry-docks, who shall cover the inspection requirements of item (a) or (b) above. The Inspection Certificate shall be within three (3) years if the age of the dock is less than ten (10) years old and within two (2) years if the age of the dock is over ten (10) years old. The Contract duration is ninety (90) calendar days after delivery of the vessel to Contractor’s yard. The Contractor is responsible for completing all definite and indefinite work items within the ninety (90) calendar day Contract duration. This solicitation is a 100% Small Business set-aside. The contract issued will be Firm Fixed Price. This solicitation will be issued in electronic format only and will be available on or about 10 February 2025. The quote due date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, facsimiles, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The North American Industry Classification System (NAICS) code is 336611 – Ship Building and Repairing and the size standard is 1,300 Employees. Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at www.sam.gov. After completing SAM, in order to download documents contractors and their subcontractors must register at www.sam.gov. In order to locate solicitation, Contractors can go to www. sam.gov and search for the solicitation number. Contractors can register to be put on a plan holders list that others can access through the www.sam.gov website. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Diana Curl, Contract Specialist, phone (910) 251-4915, email diana.d.curl@usace.army.mil or Rosalind Shoemaker, Contract Office, phone (910) 251-4436, email rosalind.m.shoemaker@usace.army.mil.

Deadline: 12/31/2025
Posted: 1/9/2025
PresolicitationNAICS: 336611.0

GSA Leasing Support Services Max (GLS Max)

*04 September 2025: Updated Pre-Solicitation Notice: Revised Solicitation and Proposal Submission Timeline Due to continuing administrative delays, GSA has revised the anticipated timeline for the release of the upcoming solicitation and associated proposal submission period. New Planned Solicitation Date range: 01 Oct 2025 and 31 Dec 2025 Anticipated Proposal Due Date range: 01 Jan 2026 and 30 Mar 2026 GSA remains committed to providing timely updates and appreciates your continued interest and patience. ------------------------------------------------------------------------------------------------------ *31 July 2025: Updating pre-solicitation for delay in planned solicitation and proposal due dates. Due to administrative delays, GSA now anticipates issuing this solicitation durring the month of August 2025. New Planned Solicitation Date range: 01 Aug 2025 and 31 Aug 2025 Anticipated Proposal Due Date range: 01 Sep 2025 and 30 Sep 2025 DRAFT Statement of Work is updated with clarifications of zone information and sub-contracting plan requirements provided. Please reference the attached 'SOW GSA Leasing Support Services GLS Max.pdf' for details. All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ **21 July 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates. GSA is also releasing a DRAFT statement of work, document titled "SOW GLS Max DRAFT 2025 07 17.pdf" dated 17 July 2025, as an attachment to this presolicitation notice.** GSA now anticipates issuing this solicitation between the dates of 22 July 2025 and 29 July 2025. New Planned Solicitation Date range: 22 July 2025 and 29 July 2025 Anticipated Proposal Due Date range: 25 August 2025 and 01 September 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *01 July 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation between the dates of 07 July 2025 and 21 July 2025. New Planned Solicitation Date range: 07 July 2025 and 21 July 2025 Anticipated Proposal Due Date range: 07 August 2025 and 21 August 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *30 May 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation on 30 June 2025. New Planned Solicitation Date: 30 June 2025 Anticipated Proposal Due Date: 31 July 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *09 May 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation between 15 and 31 May 2025. New Planned Solicitation Dates: Between 15 - 30 May 2025 Anticipated Proposal Due Date: Between 1 - 15 June 2025 - Dates are subject to change. GSA will update this notice once firm dates are recieved.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ * 1 May 2025: Updating pre-solicitation due to change (2nd) in planned solicitation and proposal due dates.* New Planned Solicitation and Proposal Due Dates: 09 May 2025 ~ 21 May 2025 All other information remains unchanged at this time. We appologize for any incovenience and look forward to hearing from you on this project. ---------------------------------------------------------------------- * 24 April 2025: Update to pre-solicitation notice for a change in planned solicitation and proposal due dates.* New Planned Solicitation and Proposal Due Dates: 01 May 2025 ~ 15 May 2025 All other information remains unchanged at this time. -------------------------------------------------------------------------------- 16 April 2025: This is a pre-solicitation notice. GSA intends to issue a solicitation for Leasing Support Services. Services provided will support the General Services Administration (GSA), Public Building Service (PBS) Office of Leasing. The services will support the acquisition of leasehold interest and related real estate services for GSA's Federal tenants. Contract Title: GSA Leasing Support Services Max NAICS: 531210, Offices of Real Estate Agents and Brokers Planned Solicitation and Proposal Due Dates: 25 April 2025 ~ 05 May 2025 Issuing Contracting Office: GSA PBS Acquisition Division 8PQ 1 Denver Federal Center PO Box 25546, Building 41 Denver, CO 80225-0546 USA Contracting Officer: Felipe Jolles (felipe.jolles@gsa.gov) Contract Specialists: John Kelley (john.kelley@gsa.gov) Christine Allen (christine.allen1@gsa.gov) Description: GSA intends to issue a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for lease procurement support services. This contract facilitates the delivery of a holistic and integrated national lease acquisition program that will meet the current and future needs of GSA and tenant agencies through accomplishment of predefined tasks and the technical, consultative and decision-making expertise of our successful Contractors. The objective of this contract is to partner with the successful Contractors as trusted advisors to gain the benefit of their problem-solving skills, thought processes, professional judgment, innovation, collaboration, and negotiation skills. GSA will not make any direct commission payment or reimbursement to a Contractor for any contracted services. Rather, under the terms and conditions of this Contract, and in accordance with industry practice, successful Contractors have the opportunity to obtain payment for their services by collecting a negotiated real estate commission paid by a building owner (the successful offeror on a lease acquisition). The contractor will retain that commission as payment for services performed (“commission”). Each Contract will be performed in one of three (3) geographical zones. The solicitation is expected to result in two (2) base contracts per zone, creating a total of six (6) distinct contract awards. To ensure competitive diversity, each Contractor will be limited to a single contract award across all territories. See DRAFT statement of work attached for details. The Government intends to award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts having a base performance period of one (1) year, with four (4) one year option periods. The exercise of an option period is the unilateral right of GSA. The Government reserves the right to add vendors, subtract vendors, or issue no contract award as a result of this solicitation. The Contractor shall provide all management, supervision, material, labor, supplies, and equipment for all of the services described in this solicitation. Services provided will support the General Services Administration (GSA), Public Building Service (PBS) Office of Leasing. The services will support the acquisition of leasehold interest and related real estate services for GSA's Federal tenants. The menu of services (Contract Line Item Numbers) are anticipated as follows: Lease Procurement Actions CLIN 0001 -- Module 1 -- Lease Acquisition -- Includes new, replacing, succeeding, superseding, Census or disaster lease acquisitions CLIN 0002 -- Module 2 -- Lease Acquisition + Post Award Services -- Includes new, replacing, succeeding, superseding, Census or disaster lease acquisitions and Post Award Services CLIN 0003 -- Module 3 -- Lease Renewal -- Includes the addition of a renewal and the exercise of said renewal CLIN 0004 -- Module 4 -- Lease Extension -- Increase the term of an existing lease Set-Aside: No Small Business set-aside Other Requirements: Contractors must have an active registration in the System for Award Management (SAM) at time proposals are due and SAM registration must remain active throughout the period of performance in order to receive a government contract award. An active registration is one that complies with the annual representations and certifications requirements. To register, the SAM.gov Internet address is: https://sam.gov/ Proposals Due Date: 4:00 PM (Eastern Time) on 05 May 2025. All responsible sources may submit a proposal which shall be considered by GSA. Contract Award Estimated Dollar Value: (Minimum Guaranteed) $50,000 per awardee Projected Contract Award Date: 30 June 2025

Deadline: 12/31/2025
Posted: 9/4/2025
PresolicitationNAICS: 531210.0

SHROUD, SEGMENT TURB

Memo To File Date: 20 February2025 PR# FD2030-24-00698 Re: Synopsis Exception The proposed contract action will not be synopsized IAW with FAR 5.202(a)(13) for the following reasons: “(i) Is for an amount not expected to exceed the simplified acquisition threshold; (ii) The solicitation will be made through a means that provides access to the notice of proposed contract action through the GPE; and (iii) Public is able to respond to the solicitation electronically through the GPE and offerors are permitted to respond electronically. MELENCIO R. LINGA Contracting Specialist

Deadline: 12/31/2025
Posted: 2/20/2025
PresolicitationNAICS: 336412.0

VALVE, ANTI-DRAIN

Memo To File Date: 20 February 2025 PR# FD2030-24-02321 Re: Synopsis Exception The proposed contract action will not be synopsized IAW with FAR 5.202(a)(13) for the following reasons: “(i) Is for an amount not expected to exceed the simplified acquisition threshold; (ii) The solicitation will be made through a means that provides access to the notice of proposed contract action through the GPE; and (iii) Public is able to respond to the solicitation electronically through the GPE and offerors are permitted to respond electronically. MELENCIO R LINGA Contracting Specialist

Deadline: 12/31/2025
Posted: 2/20/2025
PresolicitationNAICS: 336412.0
Page 1 of 7