Federal Sources Sought Opportunities
Showing 1-50 of 173 opportunities
Beddown Site Preparation Project - Rygge, Norway
This Sources Sought is for market research purposes only – it is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent changes. All submissions become government property and will not be returned. The purpose of this notice is to afford industry the opportunity to submit company profiles with capability statements, provide acquisition strategy feedback, and express interest in the potential procurement. *UPDATE (6.16.2025): This special notice is not a contract, request for proposal, a promise to contract, or any commitment whatsoever on the part of the Government. This notice presents a DRAFT/CONCEPT solicitation W912GB25RA010 for review and feedback by all interested parties ahead of any potential formal solicitation. *UPDATE (7.3.2025): Draft specifications and updated draft drawings are now available. Sheet X-100 was deleted, a note was updated on sheet C-100, and index sheet updated to reflect sheet X-100 removal. *UPDATE (7.18.2025): Draft geotechnical report is now available. All terms, conditions, and representations contained within these drafts are subject to change. They are intended for informational purposes only and should not be relied upon as a final statement of requirements. The Government anticipates a potential site on or around 9 July 2025. Base access/security requirements will be strictly observed and communicated ahead of the site visit. No further information is available at this time. However, notional information is provided within the DRAFT solicitation. *UPDATE (7.2.2025): ENSURE you review the attachment "52.236-27 SITE VISIT v1.1 2 July 2025" and comply precisely. If you have already submitted your information to the Government, you MUST revise/re-submit consistent with the attachment. *UPDATE (7.7.2025): The Government's intent is for approved personnel to arrive between 09:30-10:00a.m. in order to begin promptly at 10:00a.m. The meeting point address is: Flyplassveien 300, 1580 Rygge. USACE welcomes industry comments, questions and recommendations regarding the draft documents. All feedback must be submitted electronically via ProjNet at http://www.projnet.org/projnet. The inquiry key is: B5U87I-BEIR47 and must be received by 14:00 CET on June 30, 2025. Only self-registered users on ProjNet can submit and review inquiries. To self-register, go to the webpage, click BID tab, select Bidder Inquiry, select agency USACE, enter the key for this Solicitation listed above and your email address. After initial login, enter all the required information to create your user ID. Verify the information on the next screen and from there you may submit and view inquiries. Those submitting inquiries will receive a system generated email notification when their inquiry has been processed and answered. Each comment should be submitted individually. Respondents are not limited to one submission. Please see .pdf attachment to this special notice entitled “ProjNet Instructions”. While the Government may or may not respond to comments, this feedback will be evaluated and may be incorporated into the final solicitation. As noted above, all feedback must be submitted by 14:00 CET on June 30, 2025. END UPDATE (6.16.2025).* The U.S. Army Corps of Engineers (USACE) Europe District is considering issuing a solicitation for a firm-fixed-price contract for a Beddown Site Preparation Project in Rygge, Norway. The project’s anticipated magnitude of construction is between $5,000,000.00 and $10,000,000.00 with a construction duration of 17 months from issuance of the Notice to Proceed (around December 2025). A solicitation would be publicized around June 2025 with a possibility of a preproposal conference and/or site-visit, and a contract award around September 2025. *UPDATE (7.28.2025): A solicitation will not be issued this fiscal year. The Government anticipates issuing a solicitation sometime during fiscal year 2026. PROJECT DESCRIPTION The Beddown Site Preparation Project would provide site improvements and utility connections for developing base expeditionary airfield resources (BEAR) to beddown 576 personnel. The beddown site is based on Deployable Air Base System (DABS) sets supporting United States Air Force contingency operations. The type of shelter in the standard DABS set is the Alaska Small Shelter System (AKSSS). BEAR assets to be accommodated within the beddown area include 72 billet shelters, 2 latrine shelters, 2 shower shelters, 1 laundry shelter, 1 kitchen package (550-person), 4 command operations shelters, and 3 morale, welfare, and recreation shelters. The site would be gravel surfaced. The project would extend existing utilities to provide hookup points for the DABS elements. The utilities include potable water, sanitary sewer, electrical power, and communication. CAPABILITIES STATEMENT Companies interested in the potential procurement should submit a brief capabilities statement as one PDF. The capabilities statement shall include the following. 1. Company name, address, point of contact, phone number, and e-mail address. Include CAGE code and UEI number from the company’s SAM registration. 2. A completed Experience/Capability Worksheet along with a brief description of experience with similar construction projects performed within the past ten years in any of the following areas that may be required for the project. Describe if work was performed as a prime or subcontractor, the location (name of city and country), and value in U.S. dollars. a.) Demolition and site preparation. All structures including Heli Pad, will be removed within project limits. Relocation/removal of utility lines. Electrical and communication lines will be abandoned in place. Rock removal using blasting method. Clear and grubbing for brush and preparation of site. b.) Civil includes site layout, grading drainage, and site utilities. c.) Site layout to include kitchen package, standoff distances, circulation of people and vehicles, tents on gravel, generator pad, and HESCO. d.) All new roads will be gravel roads. e.) Grading and drainage to allow efficient surface drainage storm events. f.) Site utilizes potable water and sanitary sewer. Fire protection and natural gas are required. g.) Potable water and sanitary sewer connections with host nation equipment/facilities. h.) Knowledge of quality control, scheduling, and safety procedures and documentation, especially if similar to those utilized on USACE projects. 3. The company’s capability for bonding and to perform the construction project in Norway, especially in Rygge. 4. Feedback, if any, on the acquisition strategy for the Government to consider, such as Request For Proposal using the Lowest Price Technically Acceptable or Tradeoff source selection process, Invitation For Bid, sole source, etc. Email capabilities statement to the following, and reference W912GB25X16H7 in the subject line of the email: Andrew Cochran, Contract Specialist at Andrew.A.Cochran@usace.army.mil Ryan Fernandez, Contracting Officer at Ryandale.R.Fernandez@usace.army.mil Submissions will be shared with the Government project delivery team, but otherwise will be held in strict confidence. No feedback will be provided to respondents regarding their submissions. If you have any questions, contact Andrew Cochran and Ryan Fernandez by email. Note: Any solicitation issued resulting from this notice will be in a separate announcement. A company must be registered and active in SAM to be considered for contract award. Further instructions and information can be found at https://sam.gov/content/entity-registration.
Special Mode Transportation for VA Northern California Health Care System
SOURCES SOUGHT SYNOPSIS The purpose of this Sources Sought Synopsis is to assist in our decision-making process for a service procurement. This is not a solicitation, nor a request for quotes or proposals. Responses to this sources sought synopsis will be used by the Government to make appropriate acquisition decisions. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. The Department of Veterans Affairs, Network Contracting Office (NCO) 21, is conducting market research to identify potential vendors with economic status of Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses that can provide the general requirements below. GENERAL REQUIREMENTS The Contractor shall provide non-emergency special mode transportation services on an “as needed” basis. Services may be required 24-hours per day/7-day a week, 365 days a year, within the State of California. The contractor shall provide all manpower, equipment, vehicles, fuel, materials and supplies and supervision necessary to perform all tasks. Vehicles shall have appropriate fuel capacity to complete the transport without stopping for refueling, unless making a transport beyond the capability of the fuel tank of the vehicle. The Contractor shall provide oxygen tanks when transporting patients requiring. The VA will notify the Contactor when a patient requires oxygen. The standard oxygen tank volume will be approximately 24 CF. The size and dimensions of the oxygen tank shall fit the vehicle used in transporting the patient. The standard oxygen tank is approximately 26 inches by 4.5 inches in diameter. The contactor’s driver shall assist the patient with the connecting and disconnecting the tubes from the oxygen tank and as needed during transport. The contractor shall store and secure the oxygen tank safely in the vehicle at all times. Place of Performance: VA Northern California Health Care System 10535 Hospital Way Mather, CA 95655 VA Northern California Health Care System 150 Muir Road Martinez, CA 94553 VA Fairfield Outpatient Clinic David Grant Medical Center103 Bodin Circle Travis AFB, Fairfield, CA 94535 McClellan CBOC at McClellan 5342 Dudley Blvd, Bldg 98 McClellan, CA 95652 Redding CBOC 3455 Knighton Road, Redding CA 96002 Redding CBOC 760 Cypress Ave Suite 100 Redding CA 96001 Chico CBOC 1601 Concord Avenue Chico CA 95928 VA CBOC 238 B Hospital Drive Ukiah, CA 95482 Mare Island CBOC Walnut Ave, Bldg, #201 Vallejo, CA 94592 Stockton CBOC 6505 South Manthey Road French Camp CA 95231 Marysville/Yuba CBOC 1231 Plumas Street Yuba City CA 95991 Sierra Foothills VA Outpatient Clinic 11985 Heritage Oak Pl Ste 100 Auburn, CA 95603 Modesto CBOC 1225 Oakdale Road Modesto CA 95355 Sonora CBOC 13663 Mono Way Sonora CA 95370 Period of Performance: The intended period of performance will be for 5 years, which may approximately begin around June 1, 2026. RESPONSE METHOD Responsible vendors are encouraged to submit a response to this sources sought synopsis. Please complete the attached sources sought notice and market research pricing excel sheet. Responses must be emailed to Emily.Trinh@va.gov.
Albuquerque Area Indian Health Service Commercial Printing Services
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Small Business Indian Firms or if a 100% Set Aside for Small business concerns can fulfill the requirements set forth in this request for information. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms or Small Business). This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following item/service: NAICS Code: 323111 Commercial Printing Description: Commercial Printing, Same Day Print Jobs, etc. Facility Locations: https://www.ihs.gov/albuquerque/healthcarefacilities/ If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to eric.wright@ihs.gov. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.beta.sam.gov at a later date, and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate. Please submit all information to Eric K. Wright via e-mail: eric.wright@ihs.gov by December 31, 2024 at 12:00 pm (Mountain Daylight Savings Time). Interested parties are required to be registered and certified in the System for Award Management (SAM) and/or accept VISA credit card payments. Registration may be accomplished at https://www.sam.gov. Responses to this notice should include company name, address, point of contact, DUNS number, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions: Is your business a Small business Indian Firm? Is your firm a Veteran Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business? Is your business a small business? Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating: Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years.
SAF FY25-Brand New Sewage Treatment Contract Base+4 -- J046
SAF FY25-Brand New Sewage Treatment Contract Base+4 -- J046 SAF FY25-Brand New Sewage Treatment Contract Base+4 FY25 POP: From Date of Award through one Year SAF FY25-Brand New Sewage Treatment Contract Base+4 FY25 POP: From Date of Award through one Year
SAF FY25-Brand New Sewage Treatment Contract Base+4 -- J046
SAF FY25-Brand New Sewage Treatment Contract Base+4 -- J046 SAF FY25-Brand New Sewage Treatment Contract Base+4 FY25 POP: From Date of Award through one Year SAF FY25-Brand New Sewage Treatment Contract Base+4 FY25 POP: From Date of Award through one Year
F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
SECTION A: ITEM INFORMATION 1. National Stock Number (NSN): 5895-01-354-4287 2. Part Number (P/N): 16E4023-5 3. Noun: INTERFACE UNIT,COMM 4. Application: F-16 5. Expendability, Recoverability, Reparability Category (ERRC) Code: T 6. North American Industry Classification System (NAICS) Code: 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing 7. Spares or Repair: Spares
US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
The U.S. Government currently occupies office and related space in a shopping center/building under lease in Richardson, Texas, which will be expiring. The Government is considering alternative space if economically advantageous and is seeking to lease between minimum 6,900 SF and maximum 7,000 SF gross square feet of existing Class A or B retail space, in Richardson, Texas, in or around the 75081 zip code area. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure and non-productive agency downtime. The ideal space would fit the following: building specifications in compliance with all federal, state and local ordinances; force protection standards in compliance with Department of Defense’s Unified Facility Criteria; outfitted with either designated or open parking. An initial fully serviced five-year lease is intended. Offered space shall not be in the 100-year flood plain and must be ready for occupancy by 7 February 2026. Expressions of interest should include the following: - Building name and address - Floor plan drawing - Digital photo of street view of property - Area (BOMA rentable square feet & BOMA usable square feet) - Rental rate per square foot rentable space (base + NNN) - Common area factor(s) for available space, if applicable Interested parties may contact: Anna Cleveland at US Army Corps of Engineers, ATTN: CESWF-RE-A, 819 Taylor Street, Rm 2A06, Fort Worth, TX 76102-0300; 817-886-1261; or anna.s.cleveland@usace.army.mil, no later than 31 December 2025.
Albuquerque Area Indian Health Service Commercial Printing Services
Posting# AAIHS_Commericial_Printing_Services is a continuous sources sought notice for Native American owned small business commercial printing services for the Albuquerque Area Indian Health Service Government Commercial Purchase Card (GCPC) program. Intention of this sources sought notice is for informational and planning purposes and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. Information from this sources sought will be used for commercial printing services under the Government Commercial Purchase Card (GCPC). The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms or Small Business). This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following item/service: NAICS Code: 323111 Commercial Printing Services Description: Commercial Printing, Same Day Print Jobs, etc. Facility Locations: https://www.ihs.gov/albuquerque/healthcarefacilities/ If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to eric.wright@ihs.gov. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on sam.gov and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate. Please submit all information to Eric K. Wright via e-mail: eric.wright@ihs.gov by December 31, 2025 at 12:00 pm. Interested parties are required to be registered and certified in the System for Award Management (SAM) and/or accept VISA credit card payments. Registration may be accomplished at https://www.sam.gov. Responses to this notice should include company name, address, point of contact, DUNS number, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions: Is your business a Small business Indian Firm? Is your firm a Veteran Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business? Is your business a small business? Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating: Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years.
Request for Information Trusted Partner Program
THIS IS A REQUEST FOR INFORMATION (RFI) - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.GOV and GRANTS.GOV. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Do not submit any CUI or classified information to this RFI. The US Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP) Division, 800 Park Offices Drive – Suite 4229 Research Triangle Park, NC 27709 is exploring options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The purpose of this notice is to encourage competition and exchanges of information. Additionally, response to this notice will be used to gather market research in order to identify potential offerors having an interest in and the resources to support this requirement.
Request for Information Trusted Partner Program
THIS IS A REQUEST FOR INFORMATION (RFI) - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.GOV and GRANTS.GOV. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Do not submit any CUI or classified information to this RFI. The US Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP) Division, 800 Park Offices Drive – Suite 4229 Research Triangle Park, NC 27709 is exploring options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The purpose of this notice is to encourage competition and exchanges of information. Additionally, response to this notice will be used to gather market research in order to identify potential offerors having an interest in and the resources to support this requirement.
Request for Information Trusted Partner Program
THIS IS A REQUEST FOR INFORMATION (RFI) - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.GOV and GRANTS.GOV. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Do not submit any CUI or classified information to this RFI. The US Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP) Division, 800 Park Offices Drive – Suite 4229 Research Triangle Park, NC 27709 is exploring options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The purpose of this notice is to encourage competition and exchanges of information. Additionally, response to this notice will be used to gather market research in order to identify potential offerors having an interest in and the resources to support this requirement.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11. Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
11/03/2025 RELEASE --Amendment 0006--Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items (RQR-848)
This post has been created to publicize the establishment of qualification requirements (QRs) for the items listed in the Master Item List (MIL) attached to this posting pursuant to FAR 9.204. Potential vendors wishing to become qualified as an approved source of repair/remanufacture for the items specified in the MIL must submit a Source Approval Request (SAR) package in accordance with the requirements identified in the Repair/Remanufacture Qualification Requirements (RQR-848). This QR identifies the minimum requirements a vendor must exhibit for consideration as an approved source for the requested item. This QR covers a variety of different commodity items managed by the Air Force Sustainment Center within the 848th Supply Chain Management Group, part of the 448th Supply Chain Management Wing. These commodity items generally span structures, instruments, and accessory items for most of the major aircraft weapon systems currently operated by the Air Force. The MIL provides the item's National Stock Number, catalog noun, Repair Method Code/Repair Method Suffix Code, and 4-year projected requirements (projected requirements are subject to change). The Master Item List is divided between those items where Government provided technical data is available (typically in the form of repair/overhaul Technical Orders) and those that do not have Government provided technical data. Gaining access to the necessary technical data is specified in the RQR-848 (see section 9). Pertinent contact information is contained within Appendix F of the RQR-848. All of the items listed on the Master Item List are Expendability, Recoverability, Reparability Category (ERRC) code "T" and North American Industry Classification System (NAICS) Code 336413. For a list of up-to-date projected requirements (in addition to those specified on the Master Item List) and other opportunities, please visit the Strategic Alternate Sourcing Program Office (SASPO) website at http://www.tinker.af.mil/Home/429SCMSSASPO.aspx. Comments and suggestions regarding this QR are welcome. If industry has suggestions, to include clarifications or changes to the specified requirements, please contact the 848 SCMG through the email provided.
Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items (RQR-848)
This post has been created to publicize the establishment of qualification requirements (QRs) for the items listed in the Master Item List (MIL) attached to this posting pursuant to FAR 9.204. Potential vendors wishing to become qualified as an approved source of repair/remanufacture for the items specified in the MIL must submit a Source Approval Request (SAR) package in accordance with the requirements identified in the Repair/Remanufacture Qualification Requirements (RQR-848). This QR identifies the minimum requirements a vendor must exhibit for consideration as an approved source for the requested item. This QR covers a variety of different commodity items managed by the Air Force Sustainment Center within the 848th Supply Chain Management Group, part of the 448th Supply Chain Management Wing. These commodity items generally span structures, instruments, and accessory items for most of the major aircraft weapon systems currently operated by the Air Force. The MIL provides the item's National Stock Number, catalog noun, Repair Method Code/Repair Method Suffix Code, and 4-year projected requirements (projected requirements are subject to change). The Master Item List is divided between those items where Government provided technical data is available (typically in the form of repair/overhaul Technical Orders) and those that do not have Government provided technical data. Gaining access to the necessary technical data is specified in the RQR-848 (see section 9). Pertinent contact information is contained within Appendix F of the RQR-848. All of the items listed on the Master Item List are Expendability, Recoverability, Reparability Category (ERRC) code "T" and North American Industry Classification System (NAICS) Code 336413. For a list of up-to-date projected requirements (in addition to those specified on the Master Item List) and other opportunities, please visit the Strategic Alternate Sourcing Program Office (SASPO) website at http://www.tinker.af.mil/Home/429SCMSSASPO.aspx. Comments and suggestions regarding this QR are welcome. If industry has suggestions, to include clarifications or changes to the specified requirements, please contact the 848 SCMG through the email provided.
Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items (RQR-848)
This post has been created to publicize the establishment of qualification requirements (QRs) for the items listed in the Master Item List (MIL) attached to this posting pursuant to FAR 9.204. Potential vendors wishing to become qualified as an approved source of repair/remanufacture for the items specified in the MIL must submit a Source Approval Request (SAR) package in accordance with the requirements identified in the Repair/Remanufacture Qualification Requirements (RQR-848). This QR identifies the minimum requirements a vendor must exhibit for consideration as an approved source for the requested item. This QR covers a variety of different commodity items managed by the Air Force Sustainment Center within the 848th Supply Chain Management Group, part of the 448th Supply Chain Management Wing. These commodity items generally span structures, instruments, and accessory items for most of the major aircraft weapon systems currently operated by the Air Force. The MIL provides the item's National Stock Number, catalog noun, Repair Method Code/Repair Method Suffix Code, and 4-year projected requirements (projected requirements are subject to change). The Master Item List is divided between those items where Government provided technical data is available (typically in the form of repair/overhaul Technical Orders) and those that do not have Government provided technical data. Gaining access to the necessary technical data is specified in the RQR-848 (see section 9). Pertinent contact information is contained within Appendix F of the RQR-848. All of the items listed on the Master Item List are Expendability, Recoverability, Reparability Category (ERRC) code "T" and North American Industry Classification System (NAICS) Code 336413. For a list of up-to-date projected requirements (in addition to those specified on the Master Item List) and other opportunities, please visit the Strategic Alternate Sourcing Program Office (SASPO) website at http://www.tinker.af.mil/Home/429SCMSSASPO.aspx. Comments and suggestions regarding this QR are welcome. If industry has suggestions, to include clarifications or changes to the specified requirements, please contact the 848 SCMG through the email provided.
SOURCES SOUGHT SPECIAL NOTICE 2025
SOURCES SOUGHT SPECIAL NOTICE 2025 NASA Ames Research Center (ARC) is seeking partners interested in developing competitive proposals in response to NASA Announcements of Opportunity (AOs), Broad Agency Announcements (BAAs), Missions of Opportunity (MoOs) and proposal calls from other government agencies. ARC is interested in identifying potential partners that can perform science investigations, conduct research activities, and develop and demonstrate new technologies that are aligned with NASA’s goals. Information is also sought regarding partners that, in addition to performing substantial research, can provide flight hardware (i.e., spacecraft, deployment systems, suborbital systems, ground support systems, equipment, or instrumentation) necessary to implement proposed science investigations, research activities or technology demonstration missions. NASA often competitively selects scientific investigations, technology development and demonstration missions through solicitations or announcements posted on NSPIRES http://nspires.nasaprs.com/external. These missions are typically led by a single Principal Investigator (PI), Principal Technologist (PT), or Project Manager (PM). The PI, PT, or PM may be from Government or non-Government institutions, including academic institutions, industry, or nonprofit entities, one of NASA’s nine field Centers, NASA’s Jet Propulsion Laboratory (JPL), other federally funded research and development centers, or other U.S. Government agencies. Mission teams may be formed from any combination of these institutions including international partners. ARC may respond to an AO or other proposal calls in either a lead or supporting role. ARC has a history of responding to a wide variety of NASA AOs including: Planetary Exploration AOs from the NASA New Frontiers Program (https://www.nasa.gov/planetarymissions/newfrontiers.html), the NASA Discovery Program (https://science.nasa.gov/solar-system/programs/discovery), and the NASA SIMPLEx program (https://soma.larc.nasa.gov/simplex/); various AOs from the NASA Explorers Program (https://explorers.gsfc.nasa.gov) including MIDEX, SMEX, and Missions of Opportunity (MoO); and Research Opportunities in Space and Earth Sciences (ROSES) calls. ARC anticipates responding to current and future AOs in these and other areas as well. A full description of current, future, and past calls for proposals from SMD, STMD, ESDMD, SOMD, and ARMD at NASA Headquarters can be found at http://nspires.nasaprs.com/external. This synopsis/special notice is posted annually in anticipation of upcoming AOs and may have subsequent specific updates as ARC seeks partners for specific proposal opportunities. ARC is currently considering responding to AOs from NASA's Science Mission Directorate (SMD), Space Technology Mission Directorate (STMD), Space Operations Mission Directorate (SOMD), and Exploration Systems Development Mission Directorate (ESDMD). Current NSPIRES AOs to which ARC may be interested in responding are listed below by NASA Mission Directorate. ARC is interested in responding to future NSPIRES AOs and AOs from other sources, such as NSF, NIH, and others within the next several years. Responses from prospective partners are encouraged even if a particular solicitation is not on the list below. ARC typically begins many of its efforts in response to planned or anticipated future AOs 18 to 36 months in advance of the release of the draft AO. Specific Opportunities of Interest from the Science Mission Directorate Forthcoming Release of the Research Opportunities in Space and Earth Sciences (ROSES) 2025: Solicitation: NNH25ZDA001N (Full list of opportunities released on 2/14/25) Note: There are a number of independent solicitations under this announcement. Of particular interest to Ames are those associated with: Earth Sciences, Heliophysics, Astrophysics (e.g., Astrophysics Pioneers), Space Biology, Instruments (e.g., Life Detection), Payloads and Research Investigations on the Surface of the Moon (PRISM), Planetary Instrument Concepts for the Advancement of Solar System Observations (PICASSO), Maturation of Instruments for Solar System Exploration (MATISSE), and the Development and Advancement of Lunar Instruments (DALI). Forthcoming Release of the Astrophysics SMEX Announcement of Opportunity: Solicitation: TBD (Expected AO release FY2025 Q2) Forthcoming Release of the Earth Venture X Announcement of Opportunity: Solicitation: TBD (Expected AO release FY2026 Q1) Forthcoming Release of the Heliophysics MIDEX Announcement of Opportunity: Solicitation: (Expected AO release FY2025 Q4) Forthcoming Release of the New Frontiers 5 (NF5) Announcement of Opportunity: Solicitation: TBD (Expected AO release FY2026 Q3) Responses to this Notice Responders to this notice are encouraged to submit questions to the identified POC in writing. Pertinent information from questions and answers will be shared with all interested parties without disclosing the identity of the sources of the questions. Responses to this notice may be submitted at any time. However, ARC reserves the right to complete its evaluation of responses in a time frame necessary to support timely submission of an ARC proposal to a particular opportunity. Responses to this notice will not be returned. All responders to this notice should be aware that NASA support service contractors may have access to their responses to this notice and subsequent proposal information. All information received in response to this notice that is marked ‘Proprietary' will be handled and protected accordingly. NASA support service contractors are obligated to protect third-party proprietary information. By submitting a response to this notice, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Submitted responses will be maintained for possible future opportunities for 3 years after receipt. Of the current and upcoming NASA AO calls described above, responders to this notice should identify which announcement(s) are appropriate for their capabilities. However, responses may be considered for partnering for any of the opportunities listed above, or other future opportunities. Additional information may be requested to determine potential partnering relationships. Responses to this Sources Sought Notice should include brief summaries of the following information as relevant (Responses only need to address the elements on which they desire to partner): 1. Spacecraft systems including bus and/or subsystems: 1) Describe spacecraft, bus, and/or subsystem mission element capabilities the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Identify spacecraft, bus, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D as defined by NPR 7120.5). 4) Discuss current capabilities for Integration and Test (I&T) flow of the spacecraft, bus and/or subsystem(s). 5) List the skills available to support a spacecraft or subsystem(s) through all mission phases. 6) Identify responder's support facilities for a spacecraft and/or subsystem(s); e.g., fabrication, I&T, storage, etc. 7) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. 2. Payload, instrumentation or subsystems, including Drill, Excavator/Probe, and Sample Transfer Systems (one or multiple): 1) Address payload, instrumentation and/or subsystem(s) mission element capabilities the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Identify payload, instrumentation, and/or subsystem relevance and compliance to the applicable mission class (class A, B, C, or D). 4) Discuss current capabilities for Integration and Test (I&T) flow for the payload(s), instrumentation, or subsystem(s). 5) List the skills available to support a payload through all mission phases. 6) Identify responder's support facilities for payload(s); e.g., fabrication, I&T, storage, etc. 7) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. 3. Payload delivery capability to planetary surfaces: 1) Describe the planetary (Moon, Mars, etc.) payload delivery capability for entry, descent, and landing. 2) Describe the payload accommodation aspects of the delivery capability (e.g., payload mass, volume, power) and any relevant performance considerations; e.g., dependence on landing altitude. 3) Indicate any special aspects of the capability that might be relevant to NASA missions. 4) Discuss relevant spacecraft development and operations capabilities that the proposer has to offer. 5) Discuss current capabilities for integration and testing flow for the spacecraft and payload(s). 6) Identify support facilities (fabrication, I&T, storage, etc.) available for spacecraft and/or payload(s). 7) List the skills available to support the delivery capability through all mission phases. 8) Indicate the resources (skills and time) that would be allocated to a potential proposal development phase. 4. Scientific concepts, Technology Demonstration concepts or Mission Architecture: 1) Provide a research topic or mission concept related to the particular solicitation of interest and why the topic is relevant to the solicitation. 2) Provide an overview of the mission concept. (3) Identify existing or proposed partners, their role, the role of the responder's organization, and the role of NASA Ames in the proposed mission. 4) Identify the Rough Order of Magnitude (ROM) cost for the mission concept. 5) Address mission element capabilities the responder has to offer. 6) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. 5. Integration with Launch Services: 1) Address secondary launch system capabilities and launch dispensing systems for the spacecraft systems the responder has to offer. 2) Identify particularly critical or challenging areas that have been overcome in previous work. 3) Discuss current capabilities for Integration and Test (I&T). 4) Identify the Rough Order of Magnitude (ROM) cost. 5) Identify responder's support facilities for the launch and dispenser integration. 6) Indicate the resources (skills and time) that would be allocated to the potential proposal development phase. For the purposes of determining potential partnership opportunities, ARC will evaluate the responses received based on alignment with the Agency's goals, compliance with the announcement requirements, feasibility and suitability of the concept, and/or and its alignment and/or complementary nature with Ames' interests and capabilities. The criteria for consideration are listed below: Ability to work as part of a government-industry team that may include other industrial partners, academia, and/or international partners. Innovative technical and partnering approaches that could be used to minimize cost and/or schedules without increasing overall mission risk. History of delivering spacecraft, payloads, or instruments with proven technical and cost performance. Also, if applicable, depth of experience in spacecraft bus and/or payload management/development, including but not limited to: systems engineering, bus and/or payload fabrication and test, subcontract management, quality management, safety management, materials and processes/contamination control, payload integration and test support, observatory functional and environmental testing, shipment to the launch site, launch vehicle integration support, preparations for and the conduct of launch and early orbit checkout operations, on-orbit operation support, and sustaining engineering support including flight software maintenance. Prior to final selection as a partner, respondents may be required to provide documentation of demonstrated cost, schedule and technical performance as well as participate in an Industry Day event and associated activities should one be exercised by ARC. In order to receive consideration respondents must submit a brief response that includes the information requested in this notice, including answers to the relevant questions listed above for each proposed partnership. For each proposed partnership, the response should specify the type of partnership the responder is interested pursuing, including specific opportunities if known and highlighting work performed. The following requirements for the response must also be met: The response must include: The name, physical address, and website of the company or organization A company point of contact (POC) who can answer questions from NASA ARC Address, email, and phone number of the company POC The response must not exceed 10 pages (Arial font not smaller than 12-point) for each proposed partnership. Send responses in PDF format by email to ARC-Sources-Sought@mail.nasa.gov Include the synopsis number and company name in subject line of the email response. Note: The response will be maintained for three years after receipt. If yours is a commercial firm, your response must also include: Size of business and number of employees; average annual revenue for past 3 years; ownership - large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned and whether the company is U.S. or internationally owned; number of years in business; and affiliate information: parent company (U.S. or international), and joint venture potential teaming partners (prime contractor if potential sub, or subcontractors if potential prime). This notice should not be construed as a solicitation; therefore, please do not request a copy of a solicitation. It is the responder's responsibility to monitor FedBizOpps for any changes to this notice. Point of Contact New Opportunities Center, ARC-Sources-Sought@mail.nasa.gov
7A21--RFI Repost for New: Health Information Coding, Billing and Auditing (HICBA) Encoder Software Solution and Support (VA-26-00001127)
The purpose of this notice is to notify interested parties that the Department of Veterans (VA) intends to issue a sole source procurement for Health Information Coding, Billing, and Auditing Encoder Software Solution. Following the review of all RFI responses, VA has determined that this requirement will be procured as a sole source in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. A formal notice of intent will be issued to Open Market via SAM.gov IAW FAR 5.201 and 5.203. We appreciate your interest and engagement in supporting VA s mission.
F-16 Electric Control Box
See attachment
7A21--RFI Industry Loopback for New: Health Information Coding, Billing and Auditing (HICBA) Encoder Software Solution and Support (VA-26-00001127)
The purpose of this notice is to notify interested parties that the Department of Veterans (VA) intends to issue a sole source procurement for Health Information Coding, Billing, and Auditing Encoder Software Solution. Following the review of all RFI responses, VA has determined that this requirement will be procured as a sole source in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. A formal notice of intent will be issued to Open Market via SAM.gov IAW FAR 5.201 and 5.203. We appreciate your interest and engagement in supporting VA s mission.
Market Research for Maritime Domain Dominance Technologies/Services for Maritime Applications
The Coast Guard Futures Development and Integration (FD&I) Directorate is the Coast Guard’s central force design and innovation hub guiding budget priorities by clarifying mission needs and capability requirements. Under FD&I, the Coast Guard Research and Development Center serves as the execution agent for research, modeling & simulation, technology forecasting, and field experimentation. The Coast Guard Rapid Response Rapid Prototype (RAPTOR) team is a barrier-breaking enabler that partners with Coast Guard offices to solve the biggest problems in the service by providing cutting edge capabilities and supporting the deployment of rapid solutions. This Request for Information (RFI) is part of an effort by the United States Coast Guard (USCG) to determine the availability and technical readiness of technologies and/or services that support Maritime Domain Dominance (MDD) Operational Concepts. Operational Concepts articulate unsolved challenges and propose solutions for experimentation and leadership validation before committing to force design or to create formal requirements. The Coast Guard desires unified, real-time MDD solutions that establish a “detect-to-act” pipeline connecting every cutter, small boat, aircraft, unmanned system (air and surface), and sensors (space, air, surface, and shore-based) that are networked to our operators and command centers to facilitate the decisions and actions that follow. The desired outcome of a robust MDD capability is faster, more accurate identification and warning of threats along U.S. borders and maritime approaches, enabling the Coast Guard and its partners to control, secure, and defend those areas. The Coast Guard is not looking for a singular solution to provide the MDD capability, but rather a holistic and/or collection of capabilities to achieve this desired outcome.
Production Capabilities to produce Advanced Multi-Purpose (AMP) Eye safe Laser Range Finder (ELRFs)
Sources Sought Notice for: Production Capabilities to produce Advanced Multi-Purpose (AMP) Eye safe Laser Range Finder (ELRFs) The U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) is conducting a market survey to identify potential sources for the production of 20 Ea. Advanced Multi-Purpose (AMP) Eye safe Laser Range Finder (ELRFs) in support of the M1A2T Abrams Tank. Specifically, the purpose of this notice is to gain current knowledge in the capabilities, qualifications, and interest from members of industry, both small and large business communities, which currently possess the production capabilities to produce them. THERE IS NO SOLICITATION AT THIS TIME AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. This is a request for information on capabilities and interest and does not constitute a Request for Proposal (RFP); submission of any information in response to this market survey is purely voluntary and the U.S. Government (USG) assumes no financial responsibility for any costs incurred. No funds have been authorized, appropriated, or received for this effort. Data submitted in response to this market survey will not be returned.
Conventional Aircraft Tow Tractor
Description: This is a Sources Sought synopsis only, not a solicitation announcement and is issued solely for informational and planning purposes. This posting is not a Request for Proposals (RFP) or a Request for Quotes (RFQ) and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this Sources Sought synopsis. No basis for claim against the Government shall arise as a result of a response to this Sources Sought synopsis or Government use of any information provided. Further, the Government is not at this time seeking proposals or quotes and will not accept unsolicited proposals or quotes. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought synopsis. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time, no solicitation exists; therefore, do not request a copy of the solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The United States Coast Guard (USCG) Aviation Logistics Center (ALC) is conducting market research to seek sources that can provide or manufacture a Conventional Aircraft Tow Tractor for use that meets the requirements as outlined in Attachment 1 – Salient Characteristics. Responses: Responses to this notice should include company name, address, telephone number, point of contact (POC), repair capabilities, certifications, etc. which will allow the USCG to understand your full capabilities. Please respond to the following questions when submitting capabilities. 1. Is your company a large or small business? 2. If small, does your company qualify as a small, emergent business, or a small, disadvantaged business? 3. If disadvantaged, specify under which disadvantaged group and is your company certified under Section 8(a) of the Small Business Act? 4. Is your company a certified hub zone firm? 5. Is your company a woman-owned or operated business? 6. Is your company a certified Service-Disabled Veteran-Owned? 7. Are your company's services listed on a GSA schedule? 8. Do you have other government agencies using this service, and if so which agencies, POC’s and contract numbers? 9. Do you offer a warranty with your product, if so, how long? 10. What is the production timeline per month and year? 11. How long have you been producing the product? 12. Do you offer training? After review of the responses to this Sources Sought/RFI, and if the USCG plans to proceed with the acquisition, a Request for Quotes (RFQ) will be published on the Contract Opportunities website www.sam.gov. Responses to this Sources Sought/RFI are not adequate responses to any future RFQ. All interested offerors must respond to the RFQ in addition to responding to this Sources Sought/RFI notice. Responses to this Sources Sought/RFI are NOT a request to be added to a list of prospective offerors or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this notice and any follow-up information requests. Closing date and time for receipt of response is 01/05/2026 at 5:00 P.M. Eastern Time. Telephone responses will not be accepted. Email responses may be submitted to Denise Bulone at denise.j.bulone@uscg.mil. Please indicate 70Z03826IE0000001 in the subject line.
Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
I. INTRODUCTION / PURPOSE The Federal Aviation Administration (FAA) is seeking an experienced information technology (IT) contractor to provide technical development, integration, and support services that will meet the evolving needs of the Air Traffic Organization (ATO) within the Configuration, Logistics and Maintenance Resources Solutions (CLMRS) portfolio. The contractor will work closely with teams responsible for maintaining and enhancing the FAA Configuration, Logistics and Maintenance Systems, including ongoing projects and future initiatives. The primary focus will be on supporting the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system as well as other critical systems within the ATO’s eco system. This market survey announcement is issued in accordance with the FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this Market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. Responders are advised that the FAA will not pay for any information received or for administrative costs incurred in preparing a response to the Market survey. Any costs associated with responding to this survey are solely at the interested company’s expense. Companies who choose not to respond to this RFI are not precluded from responding to future CLMRS requests. The FAA does not intend to publish the results of this Market survey. II. NATURE OF COMPETITION The acquisition strategy for this procurement has not been determined at this time. The FAA intends to consider the information provided in this RFI to develop FAA's future acquisition strategy. The FAA may use portions of the contractors’ responses in developing FAA’s strategy. III. BACKGROUND The FAA Configuration, Logistics and Maintenance Systems Group plays a vital role in supporting the Air Traffic Organization’s (ATO) critical operations, delivering lifecycle business and information technology resources for configuration, maintenance, and logistics systems within the FAA. By providing expert support, the group enables the FAA to drive business needs, manage maintenance and supply chain operations of the National Airspace System (NAS), and align with the ATO strategic initiatives. The FAA Configuration, Logistics and Maintenance Systems Group is poised for expansion into new areas, including emerging technology and second level engineering capabilities, ensuring the organizations need to remain agile and responsive to changing requirements. This growth will be driven by the need for enhanced support in supply chain management, logistics, maintenance, and configuration, with a focus on delivering sustainable solutions that meet the evolving needs of ATO’s operations. Within the FAA Configuration, Logistics and Maintenance Systems Group, is the Supply Chain Management Enterprise Resource Planning (SCM-ERP) team, who will be the primary direct consumer of the CLMRS IT Support Services outlined herein. SCM-ERP platform is built on top of IFS, a commercial off the shelf (COTS) enterprise resource planning (ERP) software application that is configured by the FAA. SCM-ERP (and thereby IFS ERP product) has been supporting the FAA since its implementation in 2016. As part of ongoing modernization efforts, the FAA is currently upgrading from IFS 10 to IFS Cloud with an estimated completion in 2027. During this upgrade, SCM-ERP will continue to interface with a suite of FAA systems and technologies to support critical functions, including, but not limited to: Supply Chain Management Procurement (Purchase Requests and Purchase Orders) Operations (Shop Orders) Order Fulfillment (Customer Orders). Inventory Management Accounting and Financial Administration Lifecycle Management Project and Document Management Configuration Management Further, the SCM-ERP platform is built on Amazon Web Services (AWS), utilizing RedHat OpenShift on AWS (ROSA) as the foundation for its highly scalable and reliable architecture. Leveraging continuous integration and continuous deployment (CI/CD) toolchains, SCM-ERP delivers modern solutions with reliable deployment cycles, ensuring seamless business value delivery. SCM-ERP currently supports three (3) business sectors, with the possibility to expand: Facilities & Equipment Project Materiel Management (F&E PMM): Responsible for deploying new systems to the National Airspace System (NAS). The FAA Logistics Center (FAALC): Responsible for supplying parts to maintain existing systems within the NAS. Configuration Management Automation (CMA). Responsible for the system specifications throughout the NAS. IV. OBJECTIVES The FAA is committed to further enhancing the efficiency and effectiveness of the FAA supply chain, with a strategic focus on modernizing operations and processes. To achieve this objective, the FAA aims to leverage emerging technologies and implement additional functionalities within the FAA supply chain to improve data analytics, automate business processes, and enhance overall system performance. Further, the FAA intends to conduct Business Process Re-Engineering (BPR) initiatives to optimize its use of the configuration, maintenance and logistics systems, streamline internal processes, and reduce operational costs. By implementing these improvements, the FAA seeks to create a more agile, responsive, and efficient configuration, maintenance and logistics systems that support the agency’s strategic objectives and meet the evolving needs of its stakeholders. The intent of CLMRS IT Support Services is to cover the scope of services and support listed below. Be responsible for software development and customization (configuration). Associated support services include program management, system integration, security, test and evaluation, system implementation and in-service support, training, technical documentation. Provide operational support (ILS), and associated support services for areas such as supply chain management (SCM), in-service lifecycle management and support of agency optimization initiatives for NAS supply chain and maintenance, incorporating planning, requirements, design, development, testing, training, implementation, and maintenance support for Logistics Center, NISG and NSST programs, applications, and databases. Provide a flexible staffing model by maintaining a staff of full-time core contractors in addition to a dynamic, temporary staff augmentation model that enables FAA to ramp up and ramp down additional full-time equivalents (FTEs) as and when needed. Support IT Operations and Maintenance Services with core contract staff needed to keep current systems online and operational. Support IT Project Development and Implementation Services with core contract staff needed to design, develop, and implement projects. Provide Program Support and Program Management Services for program support and program management services that do not necessarily fall under the two core staffing requirements (IT Operations and Maintenance Services & IT Project Development and Implementation Services) but are still critical for the execution of the NAS. V. REQUESTED INFORMATION / QUESTIONS TO INDUSTRY Please address the following questions in your market survey responses. Responses should be provided in the order listed below. It is not required to answer every question. However, respondents are requested to address questions to the maximum possible extent with the primary focus on questions that fall within their expertise. For items requesting vendor experience, please provide the following for each response: (1) Program/Contract(s) name, (2) Company role (i.e. Prime/Sub), and (3) Customer point of contact information. General Questions Describe your company’s experience in providing technical development, integration services and support services for government clients. Note any experience directly with supply chain, logistics and maintenance systems. Describe your company’s experience in providing the following support services: program management, system integration, security, test and evaluation, system implementation and in-service support, training, technical documentation. Describe your company’s experience in providing integrated logistics support (ILS), supply chain management (SCM), in-service lifecycle management and support of optimization initiatives for supply chain, logistics and maintenance. Service Delivery Approach Describe how your company approaches project management and what methodologies do you use to ensure successful delivery. Describe your company’s approach to estimating projects, meeting project deadlines, milestones, and quality standards. Describe your company’s approach to understanding client requirements and how do you ensure that your company meet those requirements? Describe your company’s experience related to the FAA, or equivalent scope of work, within the last 3 years. If no FAA experience is available, describe experience with Supply Chain tools including IFS ERP or otherwise. The FAA may issue one or more contracts for CLMRS IT Support Services. Do you have any experience working with other companies on a multi-award contract? If yes, describe how you have successfully collaborated with the other Companies. Technical Capabilities Describe your company’s experience in software development and customization (configuration) of an ERP platform. What strategies were used? Note any specific experience with IFS ERP. Describe your company’s approach with integrating emerging technologies, trends, and best practices in the industry. Describe your company’s approach to cloud computing and cloud adoption with clients in the government space. Describe your company’s experience with DevSecOps practices, such as continuous integration (CI) and continuous deployments (CD). Describe your company’s approach to designing and implementing scalable, secure, and highly available platforms using platform engineering principles. Describe your company’s approach to security, data protection, and compliance with regulatory requirements. Describe your company’s approach to data ingestion, integrity, and governance within a data lake or data warehouse. Describe your company’s experience with any data lake/data warehouse platforms that support machine learning, analytics, and business intelligence use cases. Interested vendors may choose to submit the Technical Capabilities responses in a table format identifying each of area experience and associated details pertaining to their past performance. People, Processes, and Performance Describe your company’s approach to staffing to meet clients’ needs and requirements. Describe your company’s communication strategy for keeping stakeholders informed throughout the contract engagement. Provide specific examples on facilitating collaboration among team members, customers, and other stakeholders. Describe your company’s approach to facilitate remote work, virtual meetings, and collaboration. Describe your company’s approach with maintaining and growing skills, qualifications, and certifications among team members. Describe your company’s experience in Business Process Re-engineering (BPR) in association with an ERP and/or a Supply Chain context. If applicable, note any specific experience with IFS and outcomes. Other To succeed in this effort, the contractor must bring subject matter expertise in relevant IT areas, a proven track record of experience delivering similar services to government clients, and available staffing capacity to align with ATO’s needs and objectives. Interested parties should propose appropriate Labor Categories skill sets for the required services. Please provide the following administrative/background information for your company: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. Business Type/Size based on North American Industry Classification System (NAICS) code 541512 Computer Systems Integration Design Services. VI. LIST OF ATTACHMENTS None at this time. VII. SUBMISSION INSTRUCTIONS Interested parties must provide responses in writing. Submissions should be submitted electronically in Microsoft Word format, Times New Roman, font size 12, and in accordance with the following instructions: Questions must be addressed individually, but it is not required to answer every question. Companies are asked to address questions that fall within their expertise. The written submission cannot exceed 25 pages (maximum 10 MB document). Note that certain questions may require less than one page response and others may require more. This can be accommodated as long as all questions are addressed individually in 25 pages or less. Optional: Any technical diagrams to support a technical solution can be accommodated but cannot exceed three pages (maximum 5 MB for jpeg format). This can be in addition to the 25-page written submission limitation. Please address questions to maximum extent possible. Company capability statements are not desired responses so please do not include capability statements. All submissions must be sent via email. Telephone calls or paper submissions will not be accepted. The subject line for all submittals must be CLMRS IT Support Services [Company Name] Clarifications and questions regarding this RFI must be submitted to the Contracting Officer, Stephanie Riddle (stephanie.r.riddle@faa.gov) by no later than 5:00pm CT on November 21, 2025. Questions beyond this date will not be considered. NO PHONE CALLS PLEASE. Responses to this RFI must be submitted to the Contracting Officer, Stephanie Riddle (stephanie.r.riddle@faa.gov), no later than 5:00pm CT on January 05, 2026. Responses will not be returned. The FAA is generally not seeking proprietary material. If the respondent feels there is a benefit to providing certain proprietary material, the respondent must appropriately mark any proprietary or confidential information contained in the market survey/RFI submissions. The FAA is not seeking marketing material. Any and all material submitted – whether proprietary or not – may be used to develop FAA’s acquisition strategy. If respondents do not want specific information used in this manner, then such information should not be submitted. Providing a response to this Market Survey/RFI neither qualifies respondents for, nor excludes respondents from, responding to a resulting SIR, if any. The FAA, at its sole discretion, may contact one, some, all, or none of the respondents to the RFI to ask for additional information. This may include, but is not limited to, demonstrations of previously developed tools that companies choose to describe in their responses.
FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
This Sources Sought Notice is issued in accordance with FAR 15.201(e) as part of market research for a potential future procurement. NAVSEA is conducting market research to determine industry capability and interest in supporting FY26–FY30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. NAVSEA is especially interested in determining small business capability and interest. The Government is seeking responses from sources capable of manufacturing and assembling Solid Rocket Motors with capabilities similar to those currently utilized in the Navy’s SM program (e.g., Dual Thrust Rocket Motors and Booster). Requirements include conducting acceptance testing in accordance with the Government’s Technical Data Package (TDP), administering regrain processes, performing parts disposition, and storing accepted Government Furnished Equipment (GFE) until shipment to the prime contractor responsible for assembling the SM All-Up-Rounds. NAVSEA has provided an outline of anticipated work under the SM SRM section of this sources sought notice. The Government anticipates that any future solicitation may include a combination of cost-plus-fixed-fee CLINs (for labor efforts) and fixed-price CLINs (for supplies). Final contract type(s) will be determined following completion of market research and acquisition planning. What/Where to Submit: Interested companies should submit, on company letterhead, a response that includes: Company information (name, address, website, POC details). Business size status under NAICS 336611. A capability statement addressing questions 1–6 below (limit to 5 pages). (Optional) A white paper addressing Section 3.0; the white paper is not included in the 5-page limit. Responses shall be submitted electronically via email to the Contracting Officer (roy.h.yim2.civ@us.navy.mil) and Contract Specialist (joseph.r.strain4.civ@us.navy.mil) with the subject line: “FY26–30 SM SRM Sources Sought N00024-26-R-5461 Response.” Proprietary Information must be clearly marked and transmitted via DoD SAFE (safe.apps.mil). Do not submit hardcopies, zip files, encrypted files, or password-protected files. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,000 or less employees)? How many employees does your company have? Does your company have a website? If so, what is your company’s website address? Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company’s historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as of contract award. SM SRM SECTION: 1.0 BACKGROUND. The currently sourced MK104 DTRM and MK72 Booster Motors are critical components of the Standard Missile Propulsion System, a multi-mission missile capable of anti-air warfare, terminal ballistic missile defense, and anti-ship strike roles. The regraining of MK-104 DTRMs is essential for maintaining operational readiness and extending the service life of existing assets. The planned acquisition will provide various operational SRM components in support of the SM programs for the U.S. Navy and Other Government Agencies (OGA). This sources sought announcement is to support potential solutions to the Government’s requirements for SRMs that are similar to the capabilities of the currently sourced MK104 DTRM and MK72 Booster Motors. To help facilitate this sources sought, the Government’s current requirements for MK104 DTRM and MK72 Booster Motors are provided below under Section 2. 2.0 GOVERNMENT’S CURRENT SRM REQUIREMENTS. 2.1 General Requirements. 2.1.1. MK104 DTRM Manufacturing and Assembly: Manufacturing and assembling MK104 DTRMs in accordance with provided specifications. Testing: Conducting all required acceptance tests for mechanical features and functional acceptance of avionics hardware, as outlined in the Technical Data Package (TDP). Quality Assurance: Providing comprehensive quality assurance services to ensure products meet all requirements, including implementation of Quality Notes (Q-Notes). Delivery: Shipping deliverable products (hardware, software, and equipment) to specified locations. Data Management: Submitting unclassified data requirements online through Contract Data Requirements List, DD Form 1423. Obsolescence Management: Continuously monitoring and maintaining an Obsolescence Management Program (OMP) for deliverable items and test equipment. 2.1.2. MK72 Booster Motor Production Manufacturing and Assembly: Manufacturing and assembling MK72 Booster Motors in accordance with provided specifications. Testing: Conducting all required acceptance tests for mechanical features and functional acceptance of avionics hardware, as outlined in the TDP. Quality Assurance: Providing comprehensive quality assurance services to ensure products meet all requirements, including implementation of Quality Notes (Q-Notes). Delivery: Shipping deliverable products (hardware, software, and equipment) to specified locations. Data Management: Submitting unclassified data requirements online through the Contract Data Requirements List, DD Form 1423 Obsolescence Management: Continuously monitoring and maintaining an Obsolescence Management Program (OMP) for deliverable items and test equipment. 2.1.3. MK-104 DTRM Regrain Process and Parts Disposition Disassembly and Inspection: Inspecting and disassembling old MK-104 DTRMs in accordance with existing processes. Tracking and Logging: Maintaining detailed logs by serial number for all incoming rocket motors, chambers, Arm-Firing Devices (AFDs), hot gas pressure switches, igniters, arm/enable switches, exit cone assemblies, and aft closure assemblies. Disposition of Materials: Disposing of or destroying materials (propellant, insulation, o-rings, etc.) in accordance with existing processes. Requesting authorization from the Government for the disposal of specific components (chambers, exit cone assemblies, aft closure assemblies). Regraining: Performing the regraining of MK-104 rocket motors. Reporting: Providing semi-annual logs of all tracked material to the Government, by serial number. Data Markings: Affixing required data markings to all unclassified technical documentation. 2.2 Delivery Period for Evaluation Purposes. (FY2026-FY2027) SRMs in support of SM-2 and SM-6 AURs (FY2027-FY2028) SRMs in support of SM-2 and SM-6 AURs (FY2028-FY2029) SRMs in support of SM-2 and SM-6 AURs (FY2029-FY2030) SRMs in support of SM-2 and SM-6 AURs 3.0 REQUESTED VENDOR INFORMATION. Interested vendors may respond to this sources sought notice with an optional white paper to include: 3.1 Executive Overview. The executive overview of the White Paper should explain how the vendor will perform the Government requirements outlined in section 2.0 of this sources sought notice. 3.2 Technical Approach. Provide a technical description of how the vendor will meet the Government’s requirements in section 2.0 of this sources sought announcement. Discuss any envisioned improvement(s). Discuss the engineering and logistics work needed to support the STANDARD Missile scope of work provided in Sections 2.1 and 2.2. Emphasize the performance data that exists, what testing is necessary, how the success will be measured, and how the project work scope or previous testing ensures the product performance will be reliable and maintainable. Discuss past performance of the company or team with this technology and detail previous products or accomplishments in this or closely related projects. 3.3 Schedule. Provide a notional summary schedule for the envisioned effort, including engineering work, any design reviews, testing, and deliveries aligned to Section 2.2 Government’s Delivery Period for Evaluation Purposes. 3.4 Vendor White Papers. White papers shall be submitted in Adobe Acrobat (PDF) format, no later than 09 January 2026, 12:00 PM EST. There is no page limit for white papers. Responses should address Section 2.0 Government Requirements and Section 3.5 Security/Markings. Administrative information shall include: Company Name, address, e-mail of two (2) designated points of contact Non Disclosure Agreements (NDAs) with support contractors Business type Facility security clearance of the vendor If email transmission to the above Government POCs is not possible, unclassified/proprietary information vendor White Papers can be sent via DoD Safe Access File Exchange (SAFE) at safe.apps.mil to roy.h.yim2.civ@us.navy.mil and Contract Specialist, joseph.r.strain4.civ@us.navy.us.mil. Do NOT send hardcopies of White Papers (including facsimiles), as only electronic submissions will be accepted and reviewed. Do NOT attach ZIP files, locked files, encrypted files, or password-protected files. The Government will scan all files submitted, if a virus is detected, it may be grounds for rejection of the White Paper. The White Paper should be a single file, including Gantt or other work plan charts and attachments/enclosures. Send each White Paper separately if submitting more than one response. Cost data is not required in response to this sources sought notice. 3.5 Security / Markings. 3.5.1 Marking – “PROPRIETARY INFORMATION (PI) MARKING. Vendor PI must be clearly marked and submitted via DoD Safe Access File Exchange (SAFE) at safe.apps.mil. Please be advised that all submissions become Government property and will not be returned. 3.5.2 PEO IWS 3.0 Support Contractors. PEO IWS 3.0 support contractors will review and evaluate vendor white papers submitted in response to this sources sought notice to include John Hopkins Applied Physics Laboratory, Millennium Engineering and Integration Company, Technomics, INC. and N-Gen Solutions, LLC. Proprietary Information submitted in response this sources sought notice will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as “the Act”) as implemented in the FAR. These companies are bound contractually by Organizational Conflict of Interest (OCI) and non-disclosure clauses with respect to proprietary information. Support contractor personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of vendor’s proprietary data. Please acknowledge, in your response, your understanding and acceptance of support contractor personnel having access to the information you are submitting. 4.0 QUESTIONS. Submit questions in writing via email to roy.h.yim2.civ@us.navy.mil and joseph.r.strain4.civ@us.navy.mil. Verbal questions will not be accepted. Use the subject line: “FY26–30 SM SRM Sources Sought N00024-26-R-5461 Questions.” 5.0 SUMMARY. This Sources Sought Notice is issued solely for market research purposes. It does not constitute a solicitation and does not commit the Government to procure any items described. Respondents are not authorized to incur costs as a result of this notice. All submissions become Government property and will not be returned.
Z1DA--NRM-AE 630A4-26-101 Renovate & Replace Animal Lab AC -3
Sources Sought Notice Sources Sought Notice Page 23 of 23 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 23 THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, and all other related information for Project No. 630A4-26-101 Renovate & Replace Animal Lab AC -3 located at the Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 Engineering Services and small business size standard of $25.5 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications to be considered for an award. The design will be completed in such a manner that the estimated construction cost is within the VA budget. It is not expected that any new space will be added to the existing building footprint. The anticipated award date of the proposed A-E Contract is on or before May 30, 2026. Prospective Contractors must be registered and verified in SBA s Small Business Search and https://www.sam.gov and at time of submission of their qualifications in order to be considered for an award. NOTE: Offerors are referred to VAAR 852.219-11(d)(1) Services. The Contractor will not pay more than 85% of the amount paid by the government to it to firms that are not SBA-listed SDVOSBs as set forth in 852.219-10. In order to assure compliance with this clause, all firms submitting a SF330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), large, etc.). All A/E firms are advised that in accordance with VAAR 836.606-71 the total cost of the production and delivery of designs, plans, drawings and specifications shall not exceed six (6) percent of the estimate cost of construction. Other A-E fees are not included in the six (6) percent. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) SCOPE OF SERVICE REQUIRED: Provide A/E professional services for Project No. 36C24226R0015 to prepare basis of design, executive summary reports, design development drawings, contract drawings, specifications, cost estimates, feasibility study, deficiency report, construction period services for the following items, but not limited to: Gut Renovation of approximately 6500+ SF of the entire space and support space 1000sf+ and required swing space/ phasing located at the basement of building 1, Main Hospital including new upgrade of Mechanical, Electrical and Plumbing Systems. Perform a space survey/ programming and interviews with the end users. Determine required space for investigators and researchers and admin support space. Future # of animals and dedicated rooms, equipment list and function Recommended service function and activities that would fit within the available space. Refer to Fig. 35 VMU-small last page Identify swing space alternatives and design for Trailer or Space to be determined including utilities for Animal lab. Address/ Upgrade Room 12-124 Research. Replace Animal Lab AC-3 HVAC. The A/E shall perform a thorough study of the existing the Animal Lab AC-3 and associated Exhaust fan to determine the best type, size and capacity of new air handling unit and exhaust fan to be installed. The A/E shall review the different air handling unit system options available and provide a narrative of the positives and negatives for each Air handling unit system. The A/E shall provide a life cycle cost analysis to determine the most cost-effective Air Handling systems for the facility. The A/E shall provide commissioning services for the new air handling unit serving the animal lab. The project design includes removing the existing Animal Lab AC-3 air handling unit in the Basement of Building #1 and installing a new air handling unit serving the Animal lab in Building #1. The project design includes design options with redundancy to connecting the new animal lab air handling unit to the main chiller plant, the existing the 250-ton standalone chiller or a new stand-alone air-cooled chiller. The project shall identify design options and hvac redundancy to include all necessary piping, valves, and controls to switch from main chiller plant operation to the 250-ton chiller operation located on the 5th floor or tie in to include design for a new stand-alone air-cooled chiller system for off season operation. Prepare the basis of design presented in a report format. Deliver the schematic design, design development (drawings and specifications for 65% and 100% submission), design documents (drawings and specifications for 35%, 65%, 95% and 100% submissions). Schedule on site meetings. The design will include holding room, surgery, treatment, procedure, new lab, associated equipment, cage washers, HVAC equipment and System, plumbing, gas and electrical systems, architectural renovation of the space, new casework and benchtops for the laboratories, new furniture in the offices pe PG 18-12 Research and Development Guide. Prepare the cost estimate for the schematic, 65% and 100% design development and 65% and 100% construction documents. Review the Final Deficiency Report included in the Facility Condition Assessment and propose means of rectifying the deficiencies. Remove existing floor 2-part red epoxy Paint from Animal Lab Floor and install new flooring system Brand name or equal to Stonehard Coating floor systems product Stonkote Ht4 Teal blue color or approved equal. Provide the design documentation for a temporary swing space/ trailer for housing the animals during the renovation phase of the labs. Provide a breakdown cost estimate for the swing space rehabilitation to meet the codes requirements and relocation of the animals into the space. The A/E shall base the design in accordance with NFPA 101, VA Space Planning Criteria, VA Design Standards and VA Design Plates and Equipment List. Plans shall also confirm to the Association for Assessment and Accreditation of Laboratory Animal Care, (AAALAC) and the latest Joint Commission on Accreditation of Health Care Organizations standards (TJC), VA PG 18-12 Research and development Design Guide and Technical Information Library. https://www.cfm.va.gov/til/ The project design includes installing new control valves, new sensors, new thermostats, new freeze stats, new dampers and actuators, new motors, etc. for all units and connecting to the existing Building Automation system located in the Chiller plant in Building #4. The project involves installing new duct work in the animal lab to meet the current HVAC Design Guide requirements. The project design includes providing all necessary labor and material to prepare construction documents for temporary animal lab trailer during the construction phase of the project. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the air handling units and associated mechanical rooms and animal lab space to determine the quantities of asbestos containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. All work shall conform to VA criteria and regulation. The project design shall comply with VA HVAC Design Standards & Criteria, ASHRAE 90.1 and all applicable NFPA codes. The A/E shall provide Construction Period Services, such as site visits, inspections, observations, attend meeting and provide meeting minutes; review shop drawing and submittals for acceptance; respond to RFI s, prepare supplemental documentation and / or revise contract documents; provide a record set of drawings As-Builts ; Provide a certified industrial hygienist to perform Task 6 through 9 according to the Special Instructions-Asbestos Abatement and Lead Abatement documents. The A/E shall assist VA COTR in evaluating qualifications of contractor and personnel by establishing minimum qualification requirements for specialization experience, key personnel, standard operating procedures, etc. The A/E shall hire a qualified and competent commissioning person to represent VA owner. The Commissioning process shall include the review of the design documentation, equipment startup, control system calibration, testing and balancing, review performance testing and training. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up. The A/E shall be required to provide Basis of Design, Schematics, Design Development, Desing Documents, Construction documents specifications, Cost Estimate. The A/E shall follow the submission instructions outlined in VA NRM Program Guide PG 18-15 Volume C. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. The A/E shall complete Security Training within 30 days of hire and taken annually. Privacy Training: VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information All contractor employees and subcontractors participating under this contract are required to complete the VA's Privacy training requirement - VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information Contractors must provide certifications of completion to the COR during each year of the contract. Training expires 365 days after the training is taken. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). The COR for the contract is responsible for ensuring the contractor takes the training and to follow up with the annual requirements. See Attachment A VA Privacy Training for Personnel without Access to VA Computer 29.The C&A requirement do not apply, and that a Security Accreditation Package is not required. 30.Project Management Platform Requirement Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC). Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR) at no cost for the duration of the project. Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts. There is no user, license, or subscription fee to the contractor for using this cloud-based platform. Contractor shall accomplish and complete the following tasks upon award of contract: Request access to ACC platform and Productivity NOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff. The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete required ACC training through Productivity NOW platform within 12 Calendar days. Upon successful completion of training, contractor shall submit certificates of completion to COR NLT 2 business days. Access to Productivity NOW eLearning will expire after 12 Calendar days after online access is granted. Contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above. The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in contract amount be provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system. Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration includes but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys. Contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertain to staff who was granted access to the ACC platform. Contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor ability to maintain required utilization of the platform. Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. Time frame: A/E Design Services: 365 days Construction Period Services: Est. 545 Days Contract documents requirements: All contract A/E s employees shall take the Privacy and Information Security training and provide copies of training certificates to COR as required by VA policy. AE and the subconsultant shall use Autodesk Build Construction Management platform to manage the projects. All contract A/E s employees shall provide the following documentation: Background investigation Worksheet (Attachment No.2 under SOP Acquisition) VA Form 0711 Security and Privacy Training certification OHSA certification TB tuberculin test certification Design Development A.) CONSULT WITH VA TO IDENTIFY AND PRIORITIZE AREAS OF CONCERN, BUDGETARY CONSTRAINTS, AND TIME CONSTRAINTS. REVIEW VA AS-BUILT DRAWINGS INDICATING ORIGINAL BUILDING CONSTRUCTION, SPECIFICATIONS, AND PREVIOUS REPAIR CONTRACTS. VISUAL INSPECTION: WORK WILL INCLUDE A DETAILED VISUAL INSPECTION OF RELEVANT PORTIONS OF THE PROJECT. THE INSPECTION WILL PROVIDE INFORMATION REGARDING THE NATURE, EXTENT, AND PROBABLE CAUSE OF ANY DEFICIENCIES IDENTIFIED. COMPREHENSIVE REPORT: THE A/E SHALL ISSUE A REPORT RECOMMENDING REPAIR STRATEGIES, MATERIALS AND METHODS OF INSTALLATIONS, PRIORITIES, AND ALTERNATIVES. THE REPORT SHALL INCLUDE: OBSERVATIONS AND FINDINGS FROM VISUAL, INSPECTIONS. PHOTOGRAPHIC DOCUMENTATION ON DIGITAL FORMAT. A SPREADSHEET ENUMERATING EACH RECOMMENDED ITEM OF REPAIR, TOGETHER WITH AN INDICATION OF ITS PRIORITY, AND AN ESTIMATE OF ASSOCIATED COST. E) REVIEW MEETINGS: THE A/E SHALL MEET WITH VA PERSONNEL TO REVIEW THE CONTENTS OF THE REPORT AND TO ESTABLISH A CONSTRUCTION SCOPE OF WORK, WHICH IS ACCEPTABLE TO THE VA. Contract Drawings A/E SHALL PREPARE DRAWINGS OF EACH PORTION OF THE PROJECT. THESE DRAWINGS SHALL BE PRODUCED USING AUTOCAD AND WILL BE USED TO RECORD THE RESULTS OF THE VISUAL INSPECTION, AND AS BACKGROUND DRAWINGS FOR THE CONSTRUCTION DOCUMENTS. CONSTRUCTION DRAWINGS: THE A/E SHALL PREPARE CONSTRUCTION DRAWINGS DELINEATING THE INTENDED SCOPE OF WORK TO BE PERFORMED AND CONSTRUCTION DETAILS TO BE USED ON THE PROJECT. CONSTRUCTION SPECIFICATIONS: THE A/E SHALL PREPARE WRITTEN SPECIFICATIONS TO BE USED IN CONJUNCTION WITH CONSTRUCTION DRAWINGS, SPECIFYING TECHNICAL AND ADMINISTRATIVE REQUIREMENTS OF THE PROJECT. DETAILED CONSTRUCTION COST ESTIMATE: THE A/E SHALL PREPARE A DETAILED CONSTRUCTION COST ESTIMATE IN TABULAR FORMAT LISTING ALL ITEMS OF WORK TO BE PERFORMED INCLUDING ESTIMATED QUANTITIES AND UNIT COSTS FOR LABOR AND MATERIALS TO PERFORM EACH ITEM AND EACH PORTION OF PROJECT. THE A/E SHALL ALSO PREPARE THE SAME TABLE WITHOUT THE ESTIMATED UNIT COSTS AND TOTAL COST TO BE USED FOR BIDDING PURPOSES. THE A/E SHALL MEET WITH VA REPRESENTATIVES TO REVIEW THE CONTRACT DRAWINGS, SPECIFICATIONS, AND DETAILED COST ESTIMATE AT 65% AND 100% COMPLETION. A/E SHALL MAKE ALL PROPER CORRECTIONS TO THE CONTRACT DOCUMENTS BASED UPON THE INTENTIONS OF THE VA DISCUSSED DURING THESE MEETINGS. Construction Period Services THE A/E SHALL REVIEW CONTRACTOR S SHOP DRAWINGS, SUBMITTALS, REQUESTS FOR INFORMATION (RFI), PAYMENT REQUISITIONS, AND CHANGE ORDER REQUESTS. Furnish As-Built Drawings after Completion UPON COMPLETION OF WORK, THE A/E SHALL PREPARE AS-BUILT DRAWINGS DOCUMENTING THE AREAS OF COMPLETED WORK IN FORMAT ACCEPTABLE TO VA. Site Visits PERIODIC SITE VISITS: THE A/E SHALL MAKE UP TO THIRTY (30) SITE VISITS TO THE SITE TO MONITOR WORK, WITH REGARD TO ITS CONFORMANCE WITH THE CONTRACT DOCUMENTS. A/E SHALL PREPARE COMPREHENSIVE REPORT FOR EACH SITE VISIT DETAILING ALL ITEMS DISCUSSED. Reproduction BLUEPRINTS: THE A/E SHALL PROVIDE TEN (10) SETS OF CONSTRUCTION DOCUMENTS AND ONE (1) SET OF ORIGINAL REPRODUCIBLE VELLUMS. IN ADDITION, A/E SHALL PROVIDE DIGITAL VERSION OF ALL DOCUMENTATION IN FORMAT ACCEPTABLE VA CONTRACTING OFFICE. Completion Time for design: 365 Calendar days LOCATION: Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209 COST RANGE: Estimated Construction Cost Range: $5,000,000.00 and $10,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. The following evaluation criteria will be used during the A/E selection process with assigned value: Firms submitting SF330 data for consideration must address each of the following factors in SF330. Professional qualifications necessary for satisfactory performance of required services -20%. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Engineering (Civil, Structural, Mechanical, Electrical, Interior Design, Fire Protection) and Architecture Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials -20%. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: Experience with design services to renovate and redesign patient facilities and medical centers. Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation and construction inspection services) :Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team including any subcontractors in the areas outlined above. (3) Capacity to accomplish the work in the required time-15%. This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. Submission requirements: The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. ii. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. The firm shall provide a project schedule that demonstrates the understanding of the project scope, restrictions which must be considered in the schedule, understanding of events associated with coordinating design submittals and incorporating review comments, and the capability to schedule the complete design effort within the proposed contract duration. (4) Past performance- 15%. Offerors will be evaluated on past performance with Government agencies (emphasis on VA work) and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: i. Submit a minimal of three (3) references; any of the following evaluations are acceptable: a. Contractor Performance Assessment Report System (CPARS), b. Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. ii. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice (Attachment #1) is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. iii. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Samantha Chavanga via email at Samantha.Chavanga@va.gov, prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted CPARS and PPQ evaluations will not be counted as part of any page limitation and shall be attached to the SF330, behind the SF330 Part II document. (5) Location -10% within a 300-mile radius to the design site (Brooklyn, NY) and knowledge of the location (Brooklyn VAMC, NY); provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. Submission requirements: i. The A/E Firm proximity to the Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209. ii. This distance is determined according to http://maps.google.com/ iii. This factor evaluates the distance the AE firm's design office or offices from the location of work. Please provide the address (es) and distance of your closest office to the address listed (6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services-10%. Offerors with substantiated claims against the firm as a result of improper architectural and engineering services provided in the last three (3) years. Submission requirements: Records and any other documentation of substantiated claims highlighting improper or incomplete architectural engineering services against the firm within the last three (3) years. The SF-330 shall contain a statement affirming that there are no records of significant claims because of improper or incomplete architectural and engineering services. (7) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team- 10%. Submission requirements: Offerors shall submit evidence of individuals experience and qualifications in their respective fields. Additionally, documentation must be provided to show these individuals have worked together as a team on previous projects and their role. (Completing Sections E, F, and G, on the SF-330 meets the documentation requirement). Furthermore, offerors shall describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Evaluation Scoring Evaluation factors will be evaluated using the following adjectival ratings as follows: Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. The firm s proposal demonstrates a misunderstanding of the requirement, and the approach fails to meet performance standards. The firm s proposal has major omissions and inadequate details to assure evaluators that the offeror has an understanding of requirement. The ratings identified below were used in the evaluation of Past Performance (Criterion 4): Substantial Confidence: Based on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. No doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. Satisfactory Confidence: Based on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Little doubt exists based on the offeror s past performance that they could satisfy the requirements of the contract. Unknown Confidence (Neutral): No recent/relevant performance record is available, or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Some doubt exists based on past performance that they could satisfy the terms and conditions of the contract. No Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectations that the offeror will be able to successfully perform the required effort. Significant doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. SELECTION INTERVIEW: Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF-330 submittal through a formal interview or a discussion questionnaire as determined by the Contracting Officer. NOTE: The Consultant is responsible for the development of a project estimate. Th...
R--SME PEER REVIEW - CORROSION MITIGATION
THIS IS NOT A SOLICITATION FOR QUOTES THIS IS A SOURCES SOUGHT SYNOPSIS ONLY This Sources Sought is for the purpose of identifying firms that can meet the following Bureau of Reclamation (BOR) Requirements. This requirement is for independent scientific review by three (3) Subject Matter Experts (SMEs) in the field of corrosion engineering and mitigation of the draft Technical Memorandum 8540-2024-13 Corrosion Mitigation for Buried Metallic Water Pipe (TM 2024). See attached draft Performance Work Statement. This requirement will be issue under NAICS 562910 -Professional Services- Environmental Services. This Sources Sought is not to be considered as a request for quotes or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission to this Sources Sought or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded as a result of this announcement. Data submitted in response to this RFI will not be returned. INSTRUCTION FOR SUBMISSION: Respondents should include as part of their submission: a. Do you have experience in providing independent scientific reviews “specifically in the field of corrosion engineering and mitigation”? b. Please provide examples of relevant work experience-include a summary of the project, point of contact, dollar value. Provide any information if you are a FEDVAR (Federal Value-Added Reseller). c. Do you intend to partner with another company to perform these service? d. Do you intend to perform these services as a Prime Vendor, subcontractor or Joint Venture (JV)? e. After reviewing the attached scope of work, do you have any questions or concern? f. Are you a small business under the NAICS 562910. g. Is there another NAICS we should consider this procurement? h. What socio-economic categories do you qualify for as validated via the System for Award Administration (SAM)? NOTE: All offers must register on the SAM located at http://www.SAM.gov. i. Any interest party must include the following: a. UEI Number b. Company Name c. Company Address d. Business size e. Company points of contact, phone, and email address. f. Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency, contracting officer and/or business name contract number (if applicable) agreement number, expiration date and amount and type of contract (e.g. FFP, T&M, Labor hour etc). Any proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2x11 pages, with one-inch margins, and font no smaller than 12 point. After review of the attached documentation, interested parties may submit a response in an electronic format only via email to Kelly Cook at kcook@usbr.gov no later than January 14, 2025, 5:00PM ET. Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only.
AN/SPY-6(V) Production RFI/Sources Sought - Copy 2
Update 11/17/2025: The Government intends to re-schedule the Industry Day for 15 December 2025 from 1200-1400 EST. In-person attendance is strongly recommended. If your company had previously expressed interest in attending, a separate communication will be sent confirming if your company still intends to attend the event and to confirm prior attendees provided. If your company had not previously expressed interest in attending but now intends on attending, please submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 15 December 2025: 1200-1400 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees As a result of the Industry Day, if your company has additional feedback, questions, or comments on the Draft Sections B&C of the solicitation, please provide feedback by 19 January 2026. Update 10/21/2025: Due to the current lack of appropriations and furlough status, the Government has postponed the Industry Day. A new Industry Day date will be posted in the near future. Update 10/15/2025: The last day to provide notification of attending the industry day on 27 October 2025 is by COB 22 October 2025. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees and their email addresses, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees Update 9/30/2025: This SAM.gov notice is associated with notice ID N00024-25-R-5510 AN/SPY-6(V) Production. This is not a separate or new contract opportunity. The U.S. Navy is continuing to conduct market research for contract opportunity N00024-25-R-5510 AN/SPY-6(V) Production. Government Furnished Information (GFI) has been made available to interested companies of this effort. Please reach out to the POCs below for additional information. Additional updates regarding contract opportunity N00024-25-R-5510 AN/SPY-6(V) Production will be made here and under the original notice N00024-25-R-5510 AN/SPY-6(V) Production. Draft Sections B and C for the solicitation are available to download via NSERC for companies who have completed and submitted the required forms to gain access to the bidder’s library or via DoD Safe Drop-Off. The Government is inviting Industry to provide any questions, redlines, comments, or feedback by 17 November 2025. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) and Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). The Government intends to hold an industry day on 27 October 2025 from 1100-1300 EST. In-person attendance is strongly recommended. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 Attendees
AN/SPY-6(V) Production RFI/Sources Sought
Update 11/17/2025: The Government intends to re-schedule the Industry Day for 15 December 2025 from 1200-1400 EST. In-person attendance is strongly recommended. If your company had previously expressed interest in attending, a separate communication will be sent confirming if your company still intends to attend the event and to confirm prior attendees provided. If your company had not previously expressed interest in attending but now intends on attending, please submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 15 December 2025: 1200-1400 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees As a result of the Industry Day, if your company has additional feedback, questions, or comments on the Draft Sections B&C of the solicitation, please provide feedback by 19 January 2026. Update 10/21/2025: Due to the current lack of appropriations and furlough status, the Government has postponed the Industry Day. A new Industry Day date will be posted in the near future. Update 10/15/2025: The last day to provide notification of attending the industry day on 27 October 2025 is by COB 22 October 2025. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees and their email addresses, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees Update 9/30/2025: Draft Sections B and C for the solicitation are available to download via NSERC for companies who have completed and submitted the required forms to gain access to the bidder’s library or via DoD Safe Drop-Off. The Government is inviting Industry to provide any questions, redlines, comments, or feedback by 17 November 2025. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) and Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). The Government intends to hold an industry day on 27 October 2025 from 1100-1300 EST. In-person attendance is strongly recommended. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 Attendees Update 7/21/2025: The remaining Government responses to the question submittals are available via DoD Safe Drop-Off. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) or Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Update 7/10/2025: The first batch of Government responses to the question submittals are available via DoD Safe Drop-Off. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) or Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Update 5/12/2025: The Government is hosting a virtual walkthrough of the UNCLASS GFI on 13 May 2025 at 1230 to companies who have received access. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) for more information. Update 5/5/2025: The Government is inviting Industry to provide any additional questions, redlines, comments, or feedback by 20 May 2025. Submit all correspondence via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil). Update 4/16/2025: The Government intends to hold a virtual industry day on 29 April 2025 from 0900 to 1200. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) and a link to the virtual event will be provided. The SPY-6 Team is also offering the opportunity for a 30 minute One-on-One session. When: 30 April 2025 through 1 May 2025 Where: 20 M Street, Washington DC Who: No More than 10 Attendees If your company provided a response to the RFI posting and are interested in scheduling a session, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s preference of day. Update 1/14/2024: The RFI has been updated to provide new information on the Government's intended contracting path forward and ask updated questions based on narrowing down the acquisition strategy. TDP updates are also anticipated to be added to the Bidder's Library in the near future and primary POCs have been updated. There are edits throughout this RFI so please read in it's entirety. UPDATE 4/1/2024: The Unclassified Bidder's Library with draft TDP is now available to industry. For those interested in access, please submit the signed Terms of Use Agreement, DD 2345, and a capabilities statment, if those have not already been provided as well as a request for Bidder's Library access via e-mail to Brittany Burton, (brittany.m.burton4.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Ms. Holly Danner (holly.r.danner.civ@us.navy.mil). SECTION 1: SYNOPSIS The Naval Sea System Command (NAVSEA) is hereby issuing a Sources Sought Request for Information (RFI) on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors directorate (PEO IWS 2.0). NAVSEA is issuing this announcement as part of a market survey for the AN/SPY-6 radar variants. This includes the Air and Missile Defense Radar (AMDR) (AN/SPY-6(V)1) for DDG-51 FLT III, the AMDR Backfit radar for DDG-51 FLT IIA (AN/SPY-6(V)4), the Enterprise Air Surveillance Radar (EASR) Rotator (AN/SPY-6(V)2), and the EASR Fixed Face (AN/SPY-6(V)3). For convenience, the term “SPY-6” is used in this RFI to refer to all noted radar variants. The SPY-6 variant radars are built upon common hardware line replaceable units (LRUs) using modular, open system principles. It is PEO IWS 2.0’s intent to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure and supportAN/SPY-6(V) radars as early as FY27, but NLT FY28. The basis for production of SPY-6 hardware is contained in the Technical Data Package (TDP), which is currently available in DRAFT form as Government Furnished Information (GFI). Multi Award Contract (MAC) IDIQ scope will include “Build-to-Print" production where applicable for all variants of SPY-6, and may include technology refresh, obsolescence resolution, and additional development support. The term “Build-to-Print" in this context means producing to the exact specifications, drawings, and design contained within the TDP, with modifications allowed only for the purposes of addressing obsolescence, non-compliances with the system specifications (A-Specifications), and reducing life-cycle cost of all SPY-6 radars to be fielded. The Government intends to compete requirements for breakouts of LRUs or subsystems via multiple delivery or task order within the IDIQ. Feedback is desired from industry on this strategy, the potential LRUs to be competed separately, and individual interest in each of the potential breakouts. Final Contract types have not yet been determined but may be fixed-price incentive, firm-fixed price, or some combination thereof, with the potential for other incentives to be determined. Currently the Government is interested in scheduling 1:1 discussions with industry companies that are interested in participation at the full subsystem level. Future opportunities will be available for interested subcontractor participation. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this is a Request for Information (RFI) notice only. This RFI is for planning purposes and is issued solely for conducting market research in accordance with FAR Part 10. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via the System for Award Management (SAM.gov) website and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. PEO IWS 2.0 representatives may or may not choose to meet with RFI respondents. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer’s email addresses (listed in Section 5 below). Verbal questions will not be accepted. Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW A brief overview of the SPY-6 variant mission requirements and array configuration is provided as follows: AN/SPY-6(V)1 is designed to meet mission performance and size, weight, and power – cooling (SWAP-C) requirements of the DDG-51 FLT III ships with AEGIS Baseline 10 (BL 10) combat system. The AN/SPY-6(V)1 will provide volume search, tracking, Ballistic Missile Defense (BMD) discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 37 Radar Modular Assemblies (RMAs) per array, each which contain independent transmit and receive LRUs and provide SPY +16 minimum sensitivity. There are 4 arrays per shipset. AN/SPY-6(V)2 is designed to meet Air Defense and Air Traffic Control mission performance and SWAP-C requirements of the CVN (Nimitz) class carriers, Landing Helicopter Assault (LHA) hulls, and Landing Platform/Dock (LPD) hulls. This variant includes a single array on a rotating platform, with 9 RMAs. AN/SPY-6(V)3 is designed to meet Air Defense and Air Traffic Control mission performance and size, weight, and power – cooling (SWAP-C) requirements of CVN (Ford) class carriers and will additionally provide engagement support for Future Frigate (FFG(X)) hulls. This variant includes 9 RMAs per array with 3 arrays per shipset. AN/SPY-6(V)4 is designed to meet mission performance and SWAP-C requirements of the DDG-51 FLT IIA ships with a variant of AEGIS Baseline 10 (BL 10) combat system, to be defined. The AN/SPY-6(V)4 will provide volume search, tracking, BMD discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 24 RMAs per array with 4 arrays per shipset. The notional shipset procurement schedule (including potential FY27-30 FMS) for the above SPY-6 variants is: SPY-6 Variant FY27 FY27 FY28 FY29 FY30 FY31 FY32 FY33 FY34 FY35 AN/SPY-6(V)1 2-6 2-4 2-4 2-4 2 2 2 2 2 2 AN/SPY-6(V)2 0-2 1-6 0-5 0-1 2 0 0 1 0 0 AN/SPY-6(V)3 1-3 2-3 1-4 1 2 1 1 0 0 1 AN/SPY-6(V)4 2 2-5 2-3 2-3 2 2 2 2 2 2 Unit Totals 5-13 7-18 5-16 6-9 8 5 5 5 4 5 Quantity Note: The Government is considering capturing potential FMS quantities in FY27-FY30 options on this future contract action, which drives the upper-range uncertainty. Multiple countries have expressed interest in procuring SPY-6 variants, but no formal FMS cases are in progress. There is potential for FMS quantities beyond FY30. USN quantities drive the lower end of the range and are stable through FY29, with increased potential for changes beyond. For context, the FY16-25 SPY-6 contract procurement schedules are as follows: SPY-6 Variant FY16 FY17 FY18 FY19 FY20 FY21 FY22 FY23 FY24 FY25 Totals AN/SPY-6(V)1 1 2 1 3 2 0 3 2 2 2 18 AN/SPY-6(V)2 0 0 0 0 4 0 2 2 2 0 10 AN/SPY-6(V)3 0 0 0 0 2 0 2 1 2 1 8 AN/SPY-6(V)4 0 0 0 0 0 0 0 1 1 2 4 Unit Totals 1 2 1 3 8 0 7 6 7 5 40 The Government is interested in procuring SPY-6 radar LRUs from Offerors that have the following attributes: Have past experience developing and manufacturing complex radar systems or subsystems, including S-Band Radio Frequency (RF) electronics, digital communications networks, x86 processing nodes, high-voltage power distribution and conditioning systems, high-capacity cooling units, and array structures. Have demonstrated the ability to produce hardware units according to detailed technical data package materials provided to them. Experience teaming with industry partners for subsystem development Experience cooperating with other prime industry partners integrating complex systems. Experience maintaining fielded Navy hardware systems. The Government contemplates acquisition via the following separate delivery/task orders within the IDIQ for production: Digital Receiver/Exciter (DREX) LRUs Transmit/Receive Integrated Microwave Module (TRIMM) LRUs Prime Power Equipment (PPE) subsystems Production Integrator, including remainder of radar subsystem procurements Level-of-Effort Labor Hours/ODCs for Engineering Support Tasking as necessary via Technical Instruction SECTION 4: SUBMISSION OF RESPONSES The Government is not requiring written responses, although written responses will be accepted. The Government seeks to have a one-on-one discussion with each interested company that would participate as a prime contractor for one or more delivery orders to further discuss this RFI and receive industry responses. The Government also intends to schedule one or more virtual industry days in the future which would allow for participation of interested subcontractors as well as interested prime contractors. Responses to this RFI should be submitted by the closing date and time via e-mail to Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil) SECTION 4.1: CONTENT Written responses are not required, with exception of a capability statement and request for a one-on-one meeting. Companies that submitted a capability statement to the previous RFI are not required to resubmit. Companies that optionally choose to respond to this RFI in writing should provide a response not to exceed thirty (30) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested. Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest; submissions should be organized as follows: Cover Sheet - RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date Company Profile - Include the following information: Company Name Company Address Commercial and Government Entity (CAGE) Code Point of Contact E-mail Address Website address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Please advise if you would like to be publicly disclosed as an interested party through this FBO notice in an effort to foster industry teaming possibilities. Table of Contents, with list of figures and tables with page numbers General response information List of Abbreviations and Acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. The Government wishes to address the following questions in one-on-one sessions (any questions answered in the previous RFI do not need to be discussed again in one-on-ones unless information has changed): Do you have past experience procuring/producing Build to Print hardware? If so, are there any recommended lessons learned for the Government to incorporate into the contracting strategy? What manufacturing facilities does your organization have and what product lines have been developed in these facilities in the past? Do you see utility in the Government pursuing a multiple award strategy with break-outs of the radar subsystems? Are there additional strategies you would suggest or specific parameters you would suggest to increase your interest in competing? Would you prefer to bid on an entire SPY-6 system or a subset? If subset, which subsystem(s) or LRUs would you be interested in bidding? Do you believe there is utility in breaking out a different subset of components from the Government’s initial set? Would you be willing to compete on a multi-award IDIQ contract? In the event of breaking up the system into separate sources, the Government envisions a “production integrator” to produce any components from the TDP not separately sourced, The “production integrator” would also potentially support the Government in management of subsystem sources, and complete the remaining production scope (e.g. configuration management, planning, array integration and test). What considerations do you have for this role and how it would be contracted? Would this be a role your company is interested bidding for? If this role did not include other subsystem production, would your company be interested in competing? Is there a particular mix of subsystems that, when combined with this role, would make competing for this more enticing to your company? Would your company’s interest change if technology refresh scope were included? Would your company’s interest change if firmware, software, or any other development scope were included? What timeframes does your organization believe are appropriate for proposal preparation, and time from contract award to first production unit delivery? Please specify this timeline for each/any LRUs your company is interested in. What minimum time does your organization require with the TDP prior to submitting a proposal? Do you have suggestions for ways to reduce system cost other than through competition? What upgrades does your organization already have planned for manufacturing facilities? How would preparing for this competition change those plans? How would being awarded a contract change those plans? What flexibility does your organization have in production processes to adjust/adapt to increasing/decreasing number of production units? What near-field range (NFR) facilities does your organization own or have access to? What RF circuit card assembly facilities does your organization own or have access to? How much production capacity is available to support projected demand? If needed what approach would you take for increasing capacity? What manufacturing processes does your organization’s facilities support (e.g. surface mount technology (SMT), wire bond, etc)? What is your organization’s experience with non-hermetic Monolithic Microwave Integrated Circuit (MMIC) processing and assembly? If you are teaming, how would your organization manage subcontractors/teammates to ensure that the performance requirements are flowed down and met? Does your organization have the ability for the Government to procure additional parts on a Provisioned Items Order (PIO) for the use as spares? What would your organization recommend for production lead times to delivery of a system or subsystem(s) to a shipyard or land-based facility for each of the SPY-6 variants and why? Would the delivery date Months After Option Exercise (MAOE) decrease based on a learning curve over time? Would Delivery Date MAOE adjust based on the number of units, potentially similar and different variants, being exercised at the same time? Would your organization recommend procuring equipment in blocks or individually based on the needed Delivery Date? If recommendation is as a block, what is your recommendation for structuring the block so that it can adapt to the appropriate number of units? What support equipment and/or test assets would your organization utilize to support hardware production and quality assessments? If support equipment and/or test assets are required, would existing Contractor assets be available? If not, what would be your approach to obtain the equipment? Are there any cost/pricing considerations you would like to bring to the Government’s attention? Do you have any recommendations on the structure of the requirements or the overall contracting strategy that would reduce the total price? What performance incentive structure and growth would your organization recommend and why? Do the potential FMS quantities affect or change your answers to any of the above questions? Are there specific considerations you would like to raise with relation to the potential FMS units? If you’ve reviewed the GFI TDP, what additional data, if any, would your organization believe is necessary to successfully procure andproduce SPY-6 hardware? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil). SECTION 4.3: FORMATTING (If optional written responses are provided) NAVSEA will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Pages should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2016 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2016 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files should not be compressed. SECTION 5: REQUESTING GOVERNMENT FURNISHED INFORMATION (GFI) The Government has established a Bidder’s Library with DRAFT TDP material. The Government anticipates additional RFIs/Industry Days with opportunities to comment on the GFI or amend RFI responses in the future. To obtain access to the Bidder’s Library, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete the Terms of Use Agreement (Attachment 1 of this RFI). The DD Form 2345 and completed Terms of Use Agreement shall be submitted via email to Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Upon receipt and approval, the GFI will be provided. IMPORTANT: For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level. However, the Government intends to include classified attachments at the TOP SECRET/SCI/U.S. only level included as part of any future solicitation. Therefore, prime contractors interested in bidding under any subsequent solicitation must be able to receive classified documents up to the TOP SECRET/SCI level and must be a United States (U.S.) company or an independent U.S. subsidiary. The Navy will consider foreign contractors acting as subcontractors to U.S. prime contractors. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State. Please make the request as soon as practicable as it may take several days for the Government to review and approve access to the documents.
AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
Update 11/17/2025: The Government intends to re-schedule the Industry Day for 15 December 2025 from 1200-1400 EST. In-person attendance is strongly recommended. If your company had previously expressed interest in attending, a separate communication will be sent confirming if your company still intends to attend the event and to confirm prior attendees provided. If your company had not previously expressed interest in attending but now intends on attending, please submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 15 December 2025: 1200-1400 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees As a result of the Industry Day, if your company has additional feedback, questions, or comments on the Draft Sections B&C of the solicitation, please provide feedback by 19 January 2026. Update 10/21/2025: Due to the current lack of appropriations and furlough status, the Government has postponed the Industry Day. A new Industry Day date will be posted in the near future. Update 10/15/2025: The last day to provide notification of attending the industry day on 27 October 2025 is by COB 22 October 2025. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees and their email addresses, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees Update 9/30/2025: This SAM.gov notice is associated with notice ID N00024-25-R-5510 AN/SPY-6(V) Production. This is not a separate or new contract opportunity. The U.S. Navy is continuing to conduct market research for contract opportunity N00024-25-R-5510 AN/SPY-6(V) Production. Government Furnished Information (GFI) has been made available to interested companies of this effort. Please reach out to the POCs below for additional information. Additional updates regarding contract opportunity N00024-25-R-5510 AN/SPY-6(V) Production will be made here and under the original notice N00024-25-R-5510 AN/SPY-6(V) Production. Draft Sections B and C for the solicitation are available to download via NSERC for companies who have completed and submitted the required forms to gain access to the bidder’s library or via DoD Safe Drop-Off. The Government is inviting Industry to provide any questions, redlines, comments, or feedback by 17 November 2025. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) and Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). The Government intends to hold an industry day on 27 October 2025 from 1100-1300 EST. In-person attendance is strongly recommended. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 Attendees
AN/SPY-6(V) Production RFI/Sources Sought
Update 11/17/2025: The Government intends to re-schedule the Industry Day for 15 December 2025 from 1200-1400 EST. In-person attendance is strongly recommended. If your company had previously expressed interest in attending, a separate communication will be sent confirming if your company still intends to attend the event and to confirm prior attendees provided. If your company had not previously expressed interest in attending but now intends on attending, please submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees As a result of the Industry Day, if your company has additional feedback, questions, or comments on the Draft Sections B&C of the solicitation, please provide feedback by 19 January 2026. Update 10/21/2025: Due to the current lack of appropriations and furlough status, the Government has postponed the Industry Day. A new Industry Day date will be posted in the near future. Update 10/15/2025: The last day to provide notification of attending the industry day on 27 October 2025 is by COB 22 October 2025. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees and their email addresses, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees Update 9/30/2025: Draft Sections B and C for the solicitation are available to download via NSERC for companies who have completed and submitted the required forms to gain access to the bidder’s library or via DoD Safe Drop-Off. The Government is inviting Industry to provide any questions, redlines, comments, or feedback by 17 November 2025. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) and Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). The Government intends to hold an industry day on 27 October 2025 from 1100-1300 EST. In-person attendance is strongly recommended. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 Attendees Update 7/21/2025: The remaining Government responses to the question submittals are available via DoD Safe Drop-Off. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) or Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Update 7/10/2025: The first batch of Government responses to the question submittals are available via DoD Safe Drop-Off. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) or Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Update 5/12/2025: The Government is hosting a virtual walkthrough of the UNCLASS GFI on 13 May 2025 at 1230 to companies who have received access. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) for more information. Update 5/5/2025: The Government is inviting Industry to provide any additional questions, redlines, comments, or feedback by 20 May 2025. Submit all correspondence via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil). Update 4/16/2025: The Government intends to hold a virtual industry day on 29 April 2025 from 0900 to 1200. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) and a link to the virtual event will be provided. The SPY-6 Team is also offering the opportunity for a 30 minute One-on-One session. When: 30 April 2025 through 1 May 2025 Where: 20 M Street, Washington DC Who: No More than 10 Attendees If your company provided a response to the RFI posting and are interested in scheduling a session, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s preference of day. Update 1/14/2024: The RFI has been updated to provide new information on the Government's intended contracting path forward and ask updated questions based on narrowing down the acquisition strategy. TDP updates are also anticipated to be added to the Bidder's Library in the near future and primary POCs have been updated. There are edits throughout this RFI so please read in it's entirety. UPDATE 4/1/2024: The Unclassified Bidder's Library with draft TDP is now available to industry. For those interested in access, please submit the signed Terms of Use Agreement, DD 2345, and a capabilities statment, if those have not already been provided as well as a request for Bidder's Library access via e-mail to Brittany Burton, (brittany.m.burton4.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Ms. Holly Danner (holly.r.danner.civ@us.navy.mil). SECTION 1: SYNOPSIS The Naval Sea System Command (NAVSEA) is hereby issuing a Sources Sought Request for Information (RFI) on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors directorate (PEO IWS 2.0). NAVSEA is issuing this announcement as part of a market survey for the AN/SPY-6 radar variants. This includes the Air and Missile Defense Radar (AMDR) (AN/SPY-6(V)1) for DDG-51 FLT III, the AMDR Backfit radar for DDG-51 FLT IIA (AN/SPY-6(V)4), the Enterprise Air Surveillance Radar (EASR) Rotator (AN/SPY-6(V)2), and the EASR Fixed Face (AN/SPY-6(V)3). For convenience, the term “SPY-6” is used in this RFI to refer to all noted radar variants. The SPY-6 variant radars are built upon common hardware line replaceable units (LRUs) using modular, open system principles. It is PEO IWS 2.0’s intent to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure and supportAN/SPY-6(V) radars as early as FY27, but NLT FY28. The basis for production of SPY-6 hardware is contained in the Technical Data Package (TDP), which is currently available in DRAFT form as Government Furnished Information (GFI). Multi Award Contract (MAC) IDIQ scope will include “Build-to-Print" production where applicable for all variants of SPY-6, and may include technology refresh, obsolescence resolution, and additional development support. The term “Build-to-Print" in this context means producing to the exact specifications, drawings, and design contained within the TDP, with modifications allowed only for the purposes of addressing obsolescence, non-compliances with the system specifications (A-Specifications), and reducing life-cycle cost of all SPY-6 radars to be fielded. The Government intends to compete requirements for breakouts of LRUs or subsystems via multiple delivery or task order within the IDIQ. Feedback is desired from industry on this strategy, the potential LRUs to be competed separately, and individual interest in each of the potential breakouts. Final Contract types have not yet been determined but may be fixed-price incentive, firm-fixed price, or some combination thereof, with the potential for other incentives to be determined. Currently the Government is interested in scheduling 1:1 discussions with industry companies that are interested in participation at the full subsystem level. Future opportunities will be available for interested subcontractor participation. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this is a Request for Information (RFI) notice only. This RFI is for planning purposes and is issued solely for conducting market research in accordance with FAR Part 10. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via the System for Award Management (SAM.gov) website and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. PEO IWS 2.0 representatives may or may not choose to meet with RFI respondents. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer’s email addresses (listed in Section 5 below). Verbal questions will not be accepted. Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW A brief overview of the SPY-6 variant mission requirements and array configuration is provided as follows: AN/SPY-6(V)1 is designed to meet mission performance and size, weight, and power – cooling (SWAP-C) requirements of the DDG-51 FLT III ships with AEGIS Baseline 10 (BL 10) combat system. The AN/SPY-6(V)1 will provide volume search, tracking, Ballistic Missile Defense (BMD) discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 37 Radar Modular Assemblies (RMAs) per array, each which contain independent transmit and receive LRUs and provide SPY +16 minimum sensitivity. There are 4 arrays per shipset. AN/SPY-6(V)2 is designed to meet Air Defense and Air Traffic Control mission performance and SWAP-C requirements of the CVN (Nimitz) class carriers, Landing Helicopter Assault (LHA) hulls, and Landing Platform/Dock (LPD) hulls. This variant includes a single array on a rotating platform, with 9 RMAs. AN/SPY-6(V)3 is designed to meet Air Defense and Air Traffic Control mission performance and size, weight, and power – cooling (SWAP-C) requirements of CVN (Ford) class carriers and will additionally provide engagement support for Future Frigate (FFG(X)) hulls. This variant includes 9 RMAs per array with 3 arrays per shipset. AN/SPY-6(V)4 is designed to meet mission performance and SWAP-C requirements of the DDG-51 FLT IIA ships with a variant of AEGIS Baseline 10 (BL 10) combat system, to be defined. The AN/SPY-6(V)4 will provide volume search, tracking, BMD discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 24 RMAs per array with 4 arrays per shipset. The notional shipset procurement schedule (including potential FY27-30 FMS) for the above SPY-6 variants is: SPY-6 Variant FY27 FY27 FY28 FY29 FY30 FY31 FY32 FY33 FY34 FY35 AN/SPY-6(V)1 2-6 2-4 2-4 2-4 2 2 2 2 2 2 AN/SPY-6(V)2 0-2 1-6 0-5 0-1 2 0 0 1 0 0 AN/SPY-6(V)3 1-3 2-3 1-4 1 2 1 1 0 0 1 AN/SPY-6(V)4 2 2-5 2-3 2-3 2 2 2 2 2 2 Unit Totals 5-13 7-18 5-16 6-9 8 5 5 5 4 5 Quantity Note: The Government is considering capturing potential FMS quantities in FY27-FY30 options on this future contract action, which drives the upper-range uncertainty. Multiple countries have expressed interest in procuring SPY-6 variants, but no formal FMS cases are in progress. There is potential for FMS quantities beyond FY30. USN quantities drive the lower end of the range and are stable through FY29, with increased potential for changes beyond. For context, the FY16-25 SPY-6 contract procurement schedules are as follows: SPY-6 Variant FY16 FY17 FY18 FY19 FY20 FY21 FY22 FY23 FY24 FY25 Totals AN/SPY-6(V)1 1 2 1 3 2 0 3 2 2 2 18 AN/SPY-6(V)2 0 0 0 0 4 0 2 2 2 0 10 AN/SPY-6(V)3 0 0 0 0 2 0 2 1 2 1 8 AN/SPY-6(V)4 0 0 0 0 0 0 0 1 1 2 4 Unit Totals 1 2 1 3 8 0 7 6 7 5 40 The Government is interested in procuring SPY-6 radar LRUs from Offerors that have the following attributes: Have past experience developing and manufacturing complex radar systems or subsystems, including S-Band Radio Frequency (RF) electronics, digital communications networks, x86 processing nodes, high-voltage power distribution and conditioning systems, high-capacity cooling units, and array structures. Have demonstrated the ability to produce hardware units according to detailed technical data package materials provided to them. Experience teaming with industry partners for subsystem development Experience cooperating with other prime industry partners integrating complex systems. Experience maintaining fielded Navy hardware systems. The Government contemplates acquisition via the following separate delivery/task orders within the IDIQ for production: Digital Receiver/Exciter (DREX) LRUs Transmit/Receive Integrated Microwave Module (TRIMM) LRUs Prime Power Equipment (PPE) subsystems Production Integrator, including remainder of radar subsystem procurements Level-of-Effort Labor Hours/ODCs for Engineering Support Tasking as necessary via Technical Instruction SECTION 4: SUBMISSION OF RESPONSES The Government is not requiring written responses, although written responses will be accepted. The Government seeks to have a one-on-one discussion with each interested company that would participate as a prime contractor for one or more delivery orders to further discuss this RFI and receive industry responses. The Government also intends to schedule one or more virtual industry days in the future which would allow for participation of interested subcontractors as well as interested prime contractors. Responses to this RFI should be submitted by the closing date and time via e-mail to Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil) SECTION 4.1: CONTENT Written responses are not required, with exception of a capability statement and request for a one-on-one meeting. Companies that submitted a capability statement to the previous RFI are not required to resubmit. Companies that optionally choose to respond to this RFI in writing should provide a response not to exceed thirty (30) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested. Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest; submissions should be organized as follows: Cover Sheet - RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date Company Profile - Include the following information: Company Name Company Address Commercial and Government Entity (CAGE) Code Point of Contact E-mail Address Website address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Please advise if you would like to be publicly disclosed as an interested party through this FBO notice in an effort to foster industry teaming possibilities. Table of Contents, with list of figures and tables with page numbers General response information List of Abbreviations and Acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. The Government wishes to address the following questions in one-on-one sessions (any questions answered in the previous RFI do not need to be discussed again in one-on-ones unless information has changed): Do you have past experience procuring/producing Build to Print hardware? If so, are there any recommended lessons learned for the Government to incorporate into the contracting strategy? What manufacturing facilities does your organization have and what product lines have been developed in these facilities in the past? Do you see utility in the Government pursuing a multiple award strategy with break-outs of the radar subsystems? Are there additional strategies you would suggest or specific parameters you would suggest to increase your interest in competing? Would you prefer to bid on an entire SPY-6 system or a subset? If subset, which subsystem(s) or LRUs would you be interested in bidding? Do you believe there is utility in breaking out a different subset of components from the Government’s initial set? Would you be willing to compete on a multi-award IDIQ contract? In the event of breaking up the system into separate sources, the Government envisions a “production integrator” to produce any components from the TDP not separately sourced, The “production integrator” would also potentially support the Government in management of subsystem sources, and complete the remaining production scope (e.g. configuration management, planning, array integration and test). What considerations do you have for this role and how it would be contracted? Would this be a role your company is interested bidding for? If this role did not include other subsystem production, would your company be interested in competing? Is there a particular mix of subsystems that, when combined with this role, would make competing for this more enticing to your company? Would your company’s interest change if technology refresh scope were included? Would your company’s interest change if firmware, software, or any other development scope were included? What timeframes does your organization believe are appropriate for proposal preparation, and time from contract award to first production unit delivery? Please specify this timeline for each/any LRUs your company is interested in. What minimum time does your organization require with the TDP prior to submitting a proposal? Do you have suggestions for ways to reduce system cost other than through competition? What upgrades does your organization already have planned for manufacturing facilities? How would preparing for this competition change those plans? How would being awarded a contract change those plans? What flexibility does your organization have in production processes to adjust/adapt to increasing/decreasing number of production units? What near-field range (NFR) facilities does your organization own or have access to? What RF circuit card assembly facilities does your organization own or have access to? How much production capacity is available to support projected demand? If needed what approach would you take for increasing capacity? What manufacturing processes does your organization’s facilities support (e.g. surface mount technology (SMT), wire bond, etc)? What is your organization’s experience with non-hermetic Monolithic Microwave Integrated Circuit (MMIC) processing and assembly? If you are teaming, how would your organization manage subcontractors/teammates to ensure that the performance requirements are flowed down and met? Does your organization have the ability for the Government to procure additional parts on a Provisioned Items Order (PIO) for the use as spares? What would your organization recommend for production lead times to delivery of a system or subsystem(s) to a shipyard or land-based facility for each of the SPY-6 variants and why? Would the delivery date Months After Option Exercise (MAOE) decrease based on a learning curve over time? Would Delivery Date MAOE adjust based on the number of units, potentially similar and different variants, being exercised at the same time? Would your organization recommend procuring equipment in blocks or individually based on the needed Delivery Date? If recommendation is as a block, what is your recommendation for structuring the block so that it can adapt to the appropriate number of units? What support equipment and/or test assets would your organization utilize to support hardware production and quality assessments? If support equipment and/or test assets are required, would existing Contractor assets be available? If not, what would be your approach to obtain the equipment? Are there any cost/pricing considerations you would like to bring to the Government’s attention? Do you have any recommendations on the structure of the requirements or the overall contracting strategy that would reduce the total price? What performance incentive structure and growth would your organization recommend and why? Do the potential FMS quantities affect or change your answers to any of the above questions? Are there specific considerations you would like to raise with relation to the potential FMS units? If you’ve reviewed the GFI TDP, what additional data, if any, would your organization believe is necessary to successfully procure andproduce SPY-6 hardware? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil). SECTION 4.3: FORMATTING (If optional written responses are provided) NAVSEA will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Pages should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2016 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2016 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files should not be compressed. SECTION 5: REQUESTING GOVERNMENT FURNISHED INFORMATION (GFI) The Government has established a Bidder’s Library with DRAFT TDP material. The Government anticipates additional RFIs/Industry Days with opportunities to comment on the GFI or amend RFI responses in the future. To obtain access to the Bidder’s Library, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete the Terms of Use Agreement (Attachment 1 of this RFI). The DD Form 2345 and completed Terms of Use Agreement shall be submitted via email to Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Upon receipt and approval, the GFI will be provided. IMPORTANT: For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level. However, the Government intends to include classified attachments at the TOP SECRET/SCI/U.S. only level included as part of any future solicitation. Therefore, prime contractors interested in bidding under any subsequent solicitation must be able to receive classified documents up to the TOP SECRET/SCI level and must be a United States (U.S.) company or an independent U.S. subsidiary. The Navy will consider foreign contractors acting as subcontractors to U.S. prime contractors. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State. Please make the request as soon as practicable as it may take several days for the Government to review and approve access to the documents.
REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
In support of the I&TS program, AFLCMC/WIN is conducting market research across industry, academia, and government agency programs. The intent is to identify promising candidate programs/technology efforts with projected capabilities that may improve current and future Air Force airborne GEOINT sensors/sensemaking and their role in enhancing the front side of end-to-end-functionality as well as identifying potential transition paths. Market research will help identify what research has been accomplished in the field of GEOINT, as well as technologies that currently exist or could be modified to fill a need. • Mission Area 1 - the dense threat area which will be under constant attack from adversary ballistic and cruise missiles or attack UAVs. • Mission Area 2 - the defendable area offering relative sanctuary beyond the umbrella of most adversary ballistic and cruise missiles or attack UAVs. • Mission Area 3 - the broader area that covers most of the world with positionsresilient to limited adversary attack that demands flexibility to span a range of potential future crises.
Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
SYNOPSIS: AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans Air Force airborne GEOINT Capabilities Research, Development Test and Evaluation investments. The I&TS portfolio is a key resource of the GCWG. The I&TS portfolio identifies and provides limited funding to develop and demonstrate promising next-generation Air Force airborne GEOINT capabilities. I&TS develops, matures, and demonstrates next generation sensor and processing capabilities. It provides a key linkage between government and industry research labs for fielding DoD GEOINT tools with the flexibility to adapt each development cycle to the evolving mission sets and threat situation. Using an annual cycle approach for continuous innovation that is prioritized by the GEOINT Capabilities Working Group (GCWG), I&TS supports the three Mission Areas defined in the 2024 US Air Force Chief of Staff One Force Design document: Mission Area 1 (MA1) - the dense threat area which will be under constant attack from adversary ballistic and cruise missiles or attack UAVs. Mission Area 2 (MA2) - the defendable area offering relative sanctuary beyond the umbrella of most adversary ballistic and cruise missiles or attack UAVs. Mission Area 3 (MA3) - the broader area that covers most of the world with positions resilient to limited adversary attack that demands flexibility to span a range of potential future crises. PURPOSE: In support of the I&TS program, AFLCMC/WIN is conducting market research across industry, academia, and government agency programs. The intent is to identify promising candidate programs/technology efforts with projected capabilities that may improve current and future Air Force airborne GEOINT sensors and their role in enhancing the front side of end-to-end-functionality as well as identifying potential transition paths. Market research will help identify what research has been accomplished in the field of GEOINT, as well as technologies that currently exist or could be modified to fill a need. Although FY27 funding is uncertain, I&TS is seeking 1 - 2 year projects beginning in FY27 that require funding of less than $2.5 million per year with an initial Technology Readiness Level (TRL) of 4-6 and an objective of taking TRL to 6 or higher (See the DoW’s Technology Readiness Assessment Guidebook for details on defining technology readiness level).
Ship Self-Defense System (SSDS) Sustainment / Production Hardware
EDITED 11/18/25 - Added additional information about response date and page quantity of submission. The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80, is requesting information regarding industry’s capabilities and related experience for procurement of the efforts required for Ship Self-Defense System (SSDS) Sustainment / Production Hardware as defined in the draft Request for Proposal (RFP). NAVSEA also seeks feedback from industry regarding how to maximize competition and increase efficiencies for these requirements. Additionally, any other information that would be needed to bid this requirement. The requested response date is 19 January 2026. Earlier responses are welcome. The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious ships and aircraft carriers. The SSDS program needs to provide sustainment, procurement for Engineering Services and Other Direct Costs (ODCs) to address (Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions, sparing, warehousing, depot level repair and production for SSDS hardware to include but not be limited to, Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for installation of SSDS / MK6 MOD X. The Contractor, working with the Government Design Agent (DA) will develop and maintain a Level III Technical Data Package (TDP) for the SSDS equipment. The Contractor will update and maintain the TDP as DMS/MS is resolved, will submit Engineering Change Proposals (ECPs) when needed, and will deliver a quarterly TDP update to the DA for review and approval. The Contractor will follow the Government Configuration Management (CM) process. Further, the Contractor shall provide the Government with technical documentation, Integrated Logistics Support (ILS) documentation, and test procedures to support the system sustainability in the Fleet for which it is anticipated that the Government shall have unlimited data rights. The Government will pursue Government Purpose Rights (GPR) or greater technical data rights for items delivered under this contract. The anticipated solicitation will include cost-plus-fixed-fee, firm-fixed-price and cost-only contract line items for travel and incidental material for the efforts that will support the SSDS acquisition efforts for FY27 through FY37 and is anticipated for award in CY27. NAVSEA is providing a draft Statement of Work (SOW) for industry review and comment. Authorized contractors are encouraged to review the draft SOW and provide comments. NAVSEA is specifically interested in recommendations to increase competition and increase efficiencies. Contractors may provide recommendations regarding contract structure, cost type, barriers to competition, unnecessary cost drivers, additional information required to bid the requirement, etc. To be an authorized Contractor, the Contractor shall be a United States Department of Defense Contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency’s website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement to request a copy of the Attachments from the point of contacts identified below and shall always comply with the distribution statement and instructions. Submission Instructions: Interested parties are requested to provide a written response limited to 15 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. Respondents may also provide comments/track changes on the draft SOW in Microsoft Word. Industry shall possess a facility security clearance level of SECRET. Interested parties should provide company profile to include the following: Company Name Company Address Point of Contact E-mail Address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Number of employees CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, cc-ing David Chamberlain at david.s.chamberlain5.civ@us.navy.mil and Kathleen Simonini at Kathleen.p.simonini@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned. Respondents are NOT permitted to provide responses containing classified information in response to this RFI. Disclaimer: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
Ship Self-Defense System (SSDS) Sustainment / Production Hardware
EDITED 11/18/25 - Added additional information about response date. The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80, is requesting information regarding industry’s capabilities and related experience for procurement of the efforts required for Ship Self-Defense System (SSDS) Sustainment / Production Hardware as defined in the draft Request for Proposal (RFP). NAVSEA also seeks feedback from industry regarding how to maximize competition and increase efficiencies for these requirements. Additionally, any other information that would be needed to bid this requirement. The requested response date is 19 January 2026. Earlier responses are welcome. The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious ships and aircraft carriers. The SSDS program needs to provide sustainment, procurement for Engineering Services and Other Direct Costs (ODCs) to address (Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions, sparing, warehousing, depot level repair and production for SSDS hardware to include but not be limited to, Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for installation of SSDS / MK6 MOD X. The Contractor, working with the Government Design Agent (DA) will develop and maintain a Level III Technical Data Package (TDP) for the SSDS equipment. The Contractor will update and maintain the TDP as DMS/MS is resolved, will submit Engineering Change Proposals (ECPs) when needed, and will deliver a quarterly TDP update to the DA for review and approval. The Contractor will follow the Government Configuration Management (CM) process. Further, the Contractor shall provide the Government with technical documentation, Integrated Logistics Support (ILS) documentation, and test procedures to support the system sustainability in the Fleet for which it is anticipated that the Government shall have unlimited data rights. The Government will pursue Government Purpose Rights (GPR) or greater technical data rights for items delivered under this contract. The anticipated solicitation will include cost-plus-fixed-fee, firm-fixed-price and cost-only contract line items for travel and incidental material for the efforts that will support the SSDS acquisition efforts for FY27 through FY37 and is anticipated for award in CY27. NAVSEA is providing a draft Statement of Work (SOW) for industry review and comment. Authorized contractors are encouraged to review the draft SOW and provide comments. NAVSEA is specifically interested in recommendations to increase competition and increase efficiencies. Contractors may provide recommendations regarding contract structure, cost type, barriers to competition, unnecessary cost drivers, additional information required to bid the requirement, etc. To be an authorized Contractor, the Contractor shall be a United States Department of Defense Contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency’s website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement to request a copy of the Attachments from the point of contacts identified below and shall always comply with the distribution statement and instructions. Submission Instructions: Interested parties are requested to provide a written response limited to 15 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. Respondents may also provide comments/track changes on the draft SOW in Microsoft Word. Industry shall possess a facility security clearance level of SECRET. Interested parties should provide company profile to include the following: Company Name Company Address Point of Contact E-mail Address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Number of employees CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, cc-ing David Chamberlain at david.s.chamberlain5.civ@us.navy.mil and Kathleen Simonini at Kathleen.p.simonini@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned. Respondents are NOT permitted to provide responses containing classified information in response to this RFI. Disclaimer: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
Ship Self-Defense System (SSDS) Sustainment / Production Hardware
EDITED 11/18/25 - Added additional information about response date. The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80, is requesting information regarding industry’s capabilities and related experience for procurement of the efforts required for Ship Self-Defense System (SSDS) Sustainment / Production Hardware as defined in the draft Request for Proposal (RFP). NAVSEA also seeks feedback from industry regarding how to maximize competition and increase efficiencies for these requirements. Additionally, any other information that would be needed to bid this requirement. The requested response date is 19 January 2026. Earlier responses are welcome. The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious ships and aircraft carriers. The SSDS program needs to provide sustainment, procurement for Engineering Services and Other Direct Costs (ODCs) to address (Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions, sparing, warehousing, depot level repair and production for SSDS hardware to include but not be limited to, Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for installation of SSDS / MK6 MOD X. The Contractor, working with the Government Design Agent (DA) will develop and maintain a Level III Technical Data Package (TDP) for the SSDS equipment. The Contractor will update and maintain the TDP as DMS/MS is resolved, will submit Engineering Change Proposals (ECPs) when needed, and will deliver a quarterly TDP update to the DA for review and approval. The Contractor will follow the Government Configuration Management (CM) process. Further, the Contractor shall provide the Government with technical documentation, Integrated Logistics Support (ILS) documentation, and test procedures to support the system sustainability in the Fleet for which it is anticipated that the Government shall have unlimited data rights. The Government will pursue Government Purpose Rights (GPR) or greater technical data rights for items delivered under this contract. The anticipated solicitation will include cost-plus-fixed-fee, firm-fixed-price and cost-only contract line items for travel and incidental material for the efforts that will support the SSDS acquisition efforts for FY27 through FY37 and is anticipated for award in CY27. NAVSEA is providing a draft Statement of Work (SOW) for industry review and comment. Authorized contractors are encouraged to review the draft SOW and provide comments. NAVSEA is specifically interested in recommendations to increase competition and increase efficiencies. Contractors may provide recommendations regarding contract structure, cost type, barriers to competition, unnecessary cost drivers, additional information required to bid the requirement, etc. To be an authorized Contractor, the Contractor shall be a United States Department of Defense Contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency’s website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement to request a copy of the Attachments from the point of contacts identified below and shall always comply with the distribution statement and instructions. Submission Instructions: Interested parties are requested to provide a written response limited to 10 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. Respondents may also provide comments/track changes on the draft SOW in Microsoft Word. Industry shall possess a facility security clearance level of SECRET. Interested parties should provide company profile to include the following: Company Name Company Address Point of Contact E-mail Address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Number of employees CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, cc-ing David Chamberlain at david.s.chamberlain5.civ@us.navy.mil and Kathleen Simonini at Kathleen.p.simonini@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned. Respondents are NOT permitted to provide responses containing classified information in response to this RFI. Disclaimer: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
SCS Radio Amplifier
Combined Request for Information and Synopsis This notice is a combined Request for Information and Synopsis. The primary purposes of this notice are as follows: Conduct market research to determine if other sources capable of satisfying the agency’s requirements exist and if commercial items or non-developmental items are available that meet the agency’s requirements. Improve small business access to acquisition information Enhance competition by identifying contracting and subcontracting opportunities This announcement is not a Request for Proposal or an Invitation for Bid, nor is it to be construed as a commitment by the Government. The Government does not intend to contract based on this request or otherwise pay for any information solicited herein. Interested parties should contact Travis Bodily at 385-519-8100 or email travis.bodily@us.af.mil Detailed Information Noun: Amplifier, Radio Fre NSN: 5996-01-499-6546 P/N: BHE5819-300/3159A P/N: D0412897-2 Estimated Quantity: 2 EA Destination: SW3215 Estimated Delivery Schedule: 13 March 2026 Set-aside: It is NOT expected that this requirement will be set-aside for small businesses Statements Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies required are available from only one or a limited number of responsible sources and no other type of supplies will satisfy agency requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement contact the following firm(s): Stellant PST Corp. (CAGE 31196) Decryptor, Inc. (CAGE 98K83) Based upon market research, the Government is not planning on using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. All responsible sources may submit a capability statement, 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.
F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
The Government contemplates the following: The award of a Firm-Fixed-Price, Blanket Purchase Agreement (BPA) IAW FAR 13.303 The purpose of this requirement is for the finishing repairs (Repairs 005 – 010) of the F- 108/CFM 56-2A/B Stage 1 Fan Blade: NSN: 2840-01-196-6053PN, PN: 305-433-401-0, 301- 291-938-0, 301-291-939-0; 301-291-941-0, 301-291-942-0, 301-291-947-0, 301-291-948-0. The Government has the associated technical data to provide to potential sources and qualification requirements (QRs) apply. The Repair Data List (RDL) and Repair Qualification Requirements (RQR-848) are attached.
Combined Request for Information and Synopsis
Combined Request for Information and Synopsis This notice is a combined Request for Information and Synopsis. The primary purposes of this notice are as follows: • Conduct market research to determine if other sources are capable of satisfying the agency’s requirements exist and if commercial items or nondevelopmental items are available that meet the agency’s requirements • Improve small business access to acquisition information • Enhance competition by identifying contracting and subcontracting opportunities This announcement is not a Request for Proposal or an Invitation for Bid, nor is it to be construed as a commitment by the Government. The Government does not intend to contract on the basis of this request or otherwise pay for any information solicited herein. Interested parties should contact Kitty Lam at 385-519-8181 or email kitty.lam@us.af.mil Detailed Information Contracting Office: DLA Aviation Address: 6051 Gum Lane, Hill AFB, UT 84056 Noun: Valve, Linear, Direct NSN: 1630-00-332-5721LE P/Ns: 313707 Estimated Quantity: 70 NAICS: 336413 Classification Code: 16 Destination: USAF Duration of Contract Period: TBD Estimated Delivery Schedule: 20 Months ARO Solicitation Number: SPRHA1-25-R-0324 Response Date: 23 Jan 2025 Archive Date: 23 Jan 2026 Set-aside: It is NOT expected that this requirement will be set-aside for small businesses Statements Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies required are available from only one or a limited number of responsible sources and no other type of supplies will satisfy agency requirements. The Government does not own the data or the rights to the data needed to purchase 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the following firms: Hydri-Aire, Inc. (81982). This is proposed to be a FAR 12 effort, in its solicitation for the described supplies or services. interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 30 days of this notice. All responsible sources may submit a capability statement, 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. Prospective offerors are advised that foreign participation is not permitted at the prime contractor level.
6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
THIS IS A SOURCES SOUGHT NOTICE Subject: The purpose of this Sources Sought is to conduct market research to identify companies capable of providing staff and patient parking for the Department of Veterans Affairs, Veterans Health Administration (VHA) Network Contracting Office (NCO) 21, on behalf of VA Reno Health Care System, Sterile Processing Services (SPS) located at VA Reno Health Care System,975 Kirman Avenue, Reno NV 89502 (1) The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information solicited. (2) Although proposal, offeror, contractor, and offeror may be used in this source sought notice, any response will be treated as information only. It shall not be used as a proposal. (3) The purpose of this sources sought is to conduct market research to support the procurement of NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. This notice serves to survey the market to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The source s sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns: the qualifying NAICS code for this effort is NuTrace R+ Two Dimensional (2D) Surgiscan and Size Standard of 800 Employees. 4) This source sought notice to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, or large business) relative to NAICS 339113. Responses to this notice will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. (5) Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received that is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. Background: The Department of Veterans Affairs, VA Reno Health Care System, Sterile Processing Services is seeking vendors who can demonstrate the ability to meet all requirements for this notice. The attached salient characteristics and/or statement of work are a draft and are NOT finalized. If any portions seem unclear or prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS. (a) Company name, Address, Point of Contact (POC) name, email address, and phone number (b) Indicate whether your business is large or small. (c) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business. (d) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (e) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). (f) Include the Unique Entity Identifier (UEI) number of your firm. (g) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetCert Registry at Veteran Small Business Certification (sba.gov). If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM, and to receive the award based on VOSB or SDVOSB status you must be registered in the VetCert Registry. (h) Provide current commercial pricing for all items listed in the attached salient characteristics and any applicable discounts. (i) Link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable. (j) Capabilities Statement (k) Place of manufacturing (this includes leased equipment of where they are manufactured) (l) Authorized Distributorship letter issued from the manufacturer (if applicable) (m) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number, or e-mail address; and (n) Other material relevant to establishing core competencies of the firm. (o) Contractor shall include the terms and conditions of the warranty for all products listed in the attachment. The response is due no later than 5:00PM Hawai i Standard Time on Wednesday, January 29, 2025. Please submit e-mail responses to Haunani Freeman, Contract Specialist, at darralynn.freman@va.gov. Please place NuTrace R+ Two Dimensional (2D) Surgiscan in the subject line of the email. Your response should include a Company POC, CAPABILITIES STATEMENT, GSA SCHEDULE INFORMATION if any, UEI#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. This notice is to assist the VA in determining sources only. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event, that the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice. Statement of work: A. GENERAL INFORMATION Title of Project: NuTrace R+ Two Dimensional (2D) Surgiscan for VA Reno Health Care System. Background: The VA Reno Health Care System, Sterile Processing Services (SPS) is looking for a NuTrace R+ Two Dimensional (2D) Surgiscan, address: 975 Kirman Avenue, Reno, NV 89502. The requirement is for Sterile Processing Services (SPS). Scope of Work: NuTrace R+ Two Dimensional (2D) Surgiscan for VA Reno Health Care System. Period of Performance: The period of performance (POP) shall be one 120 days. The POP will begin with the latter: the date of Office of Management and Budget (OMB) approval or the date of award. Type of Contract: Firm Fixed Price (FFP) Place of Performance: The Contractor shall support this effort for NuTrace R+ Two Dimensional (2D) Surgiscan for VA Reno Health Care System, located at the VA Reno Health Care System, 975 Kirman Avenue, Reno, NV 89502. B. GENERAL REQUIREMENTS The contractor shall provide NuTrace R+ Two Dimensional (2D) Surgiscan. Marking of any instruments or data entry/ service is not included on this quote. DISCLAIMER This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice.
Y--SAN JUAN LATERAL BLOCK 2-3 HDD
SAN JUAN LATERAL BLOCK 2-3 HDD - Amendment 1 corrected response due date.
Y--SAN JUAN LATERAL BLOCK 2-3 HDD
SAN JUAN LATERAL BLOCK 2-3 HDD
Implementation of Advanced Government Simulation Capabilities (IAGSC)
This RFI has been amended to include questions and answers from industry day, questions and answers pulled from white paper responses, as well as slides presented at industry day. Please see updated attachments. 5/9/2025- Q&A compilation is not complete. The posting of the information will be posted next week but NLT 16 May 2025. Implementation of Advanced Government Simulation Capabilities (IAGSC) 1. Introduction This Request for Information (RFI) seeks to gauge industry interest and capabilities related to the Implementation of Advanced Government Simulation Capabilities (IAGSC) effort. This RFI follows up on FA8222-25-R-SMTEC. Based on market research, the government anticipates this effort to be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. 2. Scope This contract will acquire non-personal services to collaborate with government personnel on the following tasks: Software Development: Design and develop software solutions for various DoD customers. Modeling & Simulation Integration: Integrate modeling and simulation capabilities into software and hardware environments. Advanced Capabilities R&D: Conduct research and development of advanced software and hardware for integration into DoD systems. Cybersecurity: Implement cybersecurity measures throughout software development and integration processes. Lifecycle Software Testing: Conduct comprehensive lifecycle software testing, including Validation and Verification (V&V) of modeling and simulation capabilities. Threat Representation: Integrate Intel Community (IC) developed information into threat representative capabilities. Systems Engineering Support: Provide systems engineering support for related activities. Physical Security: Provide physical security services for facilities, collaborating with the Program Security Office, and maintain personnel security files. Administrative Support: Provide professional administrative support services. 3. Information Requested Interested parties are requested to provide the following information NLT 28 Mar 2025 by COB: Draft PWS Feedback: Review the draft Performance Work Statement (PWS) and provide feedback, including any questions. Capabilities White Paper: Submit a 2-3 page white paper addressing the following: A detailed description of your company's capabilities in supporting the requirements outlined in the PWS. A clear explanation of how your company would approach and accomplish the work, including proposed methodologies, technologies, and relevant experience. Acquisition Approach: Please comment on the suitability of a Multiple Award IDIQ (MAC) contract as the proposed acquisition approach. If a MAC is not the most suitable approach, please propose an alternative acquisition strategy and provide a rationale for your recommendation. Contract Vehicles: Identify any existing contract vehicles held by your company that could be leveraged as an alternative to a new MAC, providing details on the vehicle's scope and suitability for this effort. Security Clearance: Indicate your company's current security clearance level or ability to obtain the required clearance. Company Information: Provide your company's CAGE code, UEI number, and relevant Point of Contact (POC) information. Teaming/Subcontracting: Indicate whether your company plans to be a prime contractor, subcontractor, or pursue a teaming arrangement for this effort. If pursuing a teaming arrangement, please provide brief details about potential team members (if known). 4. Eligibility Requirements To be considered, respondents must: Have an active registration in the System for Award Management (SAM.gov). Important Note: Respondents who do not meet the eligibility requirements at the time of RFI submission will not be eligible for one-on-one discussions. 5. Industry Day If more questions arise from the posting of the Q&A's, contractors are encouraged to bring them to Industry Day. Contractors unable to attend Industry Day should submit any additional questions to the Contracting Officer no later than April 10, 2025. A general industry day is scheduled for April 15, 2025, at Wright-Patterson Air Force Base (WPAFB) in Dayton, Ohio. Following the general session, one-on-one discussions with the government may be scheduled between April 15-18, 2025. 6. Submission Instructions Preliminary Notice of Interest: Please submit your preliminary notice of interest in attending the industry day events by March 28, 2025, to the Contracting Officer and Contract Specialist. Attendance Confirmation: Confirm your attendance by April 2, 2025, including company name, attendee names, and a request for a one-on-one session (if desired). Questions & Responses: Direct all questions and responses to: Contracting Officer: Carmen Mertz (carmen.mertz@us.af.mil, 801-775-6271) Contract Specialist: Austin Hurst (austin.hurst.2@us.af.mil) Communication: All communication regarding this RFI must be conducted solely with the designated Contracting Officer and Contract Specialist identified above. Questions and Answers: All questions and answers deemed non-proprietary will be posted to SAM.gov by April 4, 2025. Questions and answers from the Industry Day will be posted to SAM.gov within 14 days of the Industry Day's conclusion. Page Limit: The total page count for responses to all items in this RFI shall not exceed 10 pages. 7. Disclaimer This RFI is for informational and planning purposes only and does not constitute a solicitation. The government is not obligated to issue a solicitation or award a contract based on responses received to this RFI.
REQUEST FOR INFORMATION -SECURITY GRILLE FABRICATION AND INSTALLATION SERVICES
1. Introduction The U.S. Consulate General in Cape Town, South Africa, seeks information from qualified manufacturers and installers of security grilles/barrier products to expand its pool of vendors capable of meeting the Consulate’s Residential Security Directive (RSD) and Mission Residential Security Directive (MRSD) requirements. This Request for Information (RFI) is issued in accordance with FAR Part 10 (Market Research) and DOSAR 610.1 and is intended solely for information and planning purposes. Information gathered through this RFI may inform the development of a competitive multi-award IDIQ contract to provide security grille fabrication, delivery, and installation services for U.S. Government-owned and leased residences in the Cape Town region. 2. Background Due to South Africa’s elevated Security Environment and Threat Listing (SETL) rating of Critical, the Mission established a baseline of required residential security measures. Current installations utilize security grilles, barriers, and window protection systems that adhere to Mission-specific standards and local estate by-laws. The Consulate previously contracted with a single supplier to meet these technical and regulatory constraints. This RFI seeks to identify additional technically acceptable sources capable of providing compliant and high-quality products and services. 3. Objectives of this RFI Identify capable local and regional manufacturers, distributors, or installers of compliant security grille/barrier systems. Evaluate potential vendors’ technical capability, manufacturing standards, and installation experience. Understand available design options that meet aesthetic and by-law restrictions in residential estates. Arrange for demonstrations of proposed products at designated residential properties or the Consulate compound. Provide input that will assist the Government in defining the scope and performance requirements for a forthcoming competitive multi-award IDIQ contract solicitation 4. Technical Requirements Compliance with Mission Residential Security Directive (MRSD) and local estate by-laws. Provision of fixed or retractable steel security grilles for windows, sliding glass doors, skylights, and other accessible openings. Visually discreet installation methods that do not compromise architectural or aesthetic restrictions. Compliance with U.S. Department of State Overseas Buildings Operations (OBO) security requirements (12 FAH-8, 12 FAH-6). Availability of maintenance and service support post-installation. Experience with residential estate body corporate approvals and security design integration. 5. Site Demonstrations Qualified vendors may be invited to participate in product demonstrations at designated U.S. Government residential properties or the U.S. Consulate General, Cape Town. Demonstrations should include product samples, installation methods, durability testing, and warranty information. Vendors invited for demonstrations will be required to submit attendee details in advance for vetting in accordance with Consulate access procedures. No proprietary or sensitive U.S. Government information will be disclosed during site visits. 6. Requested Information Company profile – including ownership, location, and years in operation. Capability statement outlining technical expertise, compliance with South African construction standards, and any U.S. Government past performance. Product specifications – material details, certification, warranty, and compliance documentation. Experience – references for similar installations in secure or government facilities. Photos or brochures of representative products. Preliminary pricing range (if available). Demonstration interest – indicate willingness and readiness to conduct on-site demos. Quality assurance and safety procedures. 7. Submission Details Responses should be submitted electronically to: General Services Office (GSO) U.S. Consulate General, Cape Town Email: capetownprocurement@state.gov Subject line: “RFI – Security Grille Fabrication & Installation” Submission Deadline: January, 30, 2025 at 17:00 South Africa Standard Time (SAST) All submissions must be in English and limited to 15 pages (excluding brochures). Vendors must be registered and active in SAM.gov before any future award consideration (FAR 52.204-7). 8. Next Steps Based on the responses: • The Consulate will evaluate technical capability and suitability. • Selected vendors may be invited for site demonstrations. • A formal solicitation (Request for Quotations/Proposals) will follow for a multi-award IDIQ contract covering fabrication, delivery, and installation services. 9. Disclaimer This RFI is for information gathering only and does not constitute a commitment by the U.S. Government to issue a solicitation or award a contract. No reimbursement will be made for any costs associated with responding to this RFI or attending demonstrations. Respondents are advised that any information provided may be used by the U.S. Government for market research and planning purposes. The Government will not disclose proprietary information outside the U.S. Government without permission.
Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
Sources Sought Statement of Work Salient Characteristics
F-16/APG-68_Radar_Dual_Mode_Transmitter_NSN_5998-01-303-5872_P/N_762R831G01
1. National Stock Number (NSN): 5998-01-303-5872 2. Part Number (P/N): 762R831G01 3. Noun: RF Controller 4. Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 5. Expendability, Recoverability, Reparability Category (ERRC) Code: T 6. North American Industry Classification System (NAICS) Code: 811219 7. Spares or Repair: Repair 8. Repair Data/Repair Qualification Requirements: Please see the attached Repair Data List (RDL) and Repair Qualification Requirements (RQR).
Albuquerque Area Indian Health Service Sustainable Products and Services
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Small Business Indian Firms, 100% Indian Owned Economic Enterprises or 100% Set Aside for Small business concerns can fulfill the requirements set forth in this sources sought notice. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms, Indian Owned Economic Enterprise or Small Business). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following item/service: Description: The Albuquerque Area Indian Health Service is looking for Native American owned Small Businesses who provide Sustainable Products and Services If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to eric.wright@ihs.gov. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website https://www.sam.gov at a later date, and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate. Please submit all information to Eric K. Wright via e-mail: eric.wright@ihs.gov by February 12, 2026 at 12:00 pm (Mountain Daylight Savings Time). Interested parties are required to be registered and certified in the System for Award Management (SAM). Registration may be accomplished at https://www.sam.gov. Responses to this notice should include company name, address, point of contact, UEI, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions: Is your business a Small business Indian Firm? Is your business an Indian Owned Economic Enterprise? Is your firm a Veteran Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business? Is your business a small business? Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating: Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years. Automated responses which do not provide the requested information specified in this source sought notice will be considered non-responsive and will not be considered in this market research.
Clamp, Display (DTS) Display
The Army Contracting Command - Detroit Arsenal (ACC-DTA) is seeking to gain knowledge of interest, capapbilities, and qualifications of various members of the community, to include both small and large businesses, for production of the military-unique component listed below. CLAMP, DISPLAY NSN: 5975-99-994-9017 Part No: 464-020 FAT: Not Required Responses to this survery will assist ACC-DTA in planning for a potential contract. Interessted vendors are encouraged to complete the survey located under "Attachments/Links" and then return it via e-mail to: Catherine Castonguay Contract Specialist, ACC-DTA EMAIL: catherine.a.castonguay.mil@army.mil Subject Line: Clamp, Display Survey Responses You may respond in total, or in part, to the survey. However, all responses must be received no later than 4:30 p.m. Eastern Standard Time (EST) on Thursday, 19-FEB-2026 PLEASE NOTE: The associated Technical Data Package (TDP) will only be made available to vendors if/when a solicitation is released.
Brand Name National Stock Numbers: Industry Feedback Request
GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”
Brand Name National Stock Numbers: Industry Feedback Request
GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”