Scout

Custom Search

Search Runs

Back to Opportunities

Recent Searches

Test 2

100 Matches, 49 already in the shared workbench.

Fetchmesh.

Due Opportunity Notice Type Agency Description
2026-03-31 2026-03-30 Bulk Liquid Argon Deliveries. W912NW-26-Q-A027 Solicitation DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA > W6QK CCAD CONTR OFF Bulk Liquid Argon Deliveries. 2026-04-06 2026-03-30 66--Geode Seismograph 140G0326Q0076 Sources Sought INTERIOR, DEPARTMENT OF THE > US GEOLOGICAL SURVEY > OFFICE OF ACQUISITON GRANTS Reference attachment for details. 2026-04-13 2026-03-30 FDRMC TECHNICAL SUPPORT SERVICES N6817126-FDRMC-RFI Sources Sought DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC SIGONELLA > NAVSUP FLC SIGONELLA NAPLES OFFICE The Naval Supply Systems Command Fleet Logistics Center Sigonella, Italy (NAVSUP FLCSI) Naples Shore Branch is issuing this sources sought notice (SSN)/ request for information (RFI) for the purposes of conducting market research. The NAVSUP FLCSI Naples Detachment, Naples, Italy, is searching for sources that can supply services IAW the attached Performance Work Statement draft document. Place of Performance includes multiple OCONUS locations. Please see attached SSN/RFI and Peformance Work Statement (PWS) for more information. n/a 2026-03-30 CIRCUIT BREAKER SPE7M525R0016 Award Notice DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY > DLA MARITIME > DLA MARITIME COLUMBUS > DLA LAND AND MARITIME No description available. 2026-04-27 2026-03-30 Mineral Board - insulation overlay FN1597-26B Combined Synopsis/Solicitation JUSTICE, DEPARTMENT OF > FEDERAL PRISON INDUSTRIES, INC > FEDERAL PRISON INDUSTRIES, INC UNICOR intends to enter into a five year firm fixed price, IDIQ type contract for INSULATION OVERLAY AND MINERAL BOARD to be used in the manufacture of office furniture. The solicitation number is FN1597-26B and this solicitation is issued as a Request For Proposal. Delivery date requested is 21 days for each delivery order. Variation in quantity +/- 10 %. NAICS CODE IS 327999. Offerors are advised that the Government intends to evaluate offers on a single award basis. Offerors shall submit signed and dated offers to UNICOR, Federal Correctional Complex, PO BOX 1109, COLEMAN, FL 33521 ATTN: Peyton Perry (peyton.perry@usdoj.gov). All Proposals should be emailed to peyton.perry@usdoj.gov. The subject of the email should reference FN1597-26B. All offerors must complete the Business Management questionnaire in Section L of solicitation document with three references. References must be for same or similar items, and for the same scope of solicitation. All Offerors must register on www.sam.gov. All offerors must acknowledgment all amendments if any. Offers received after the exact time and date specified will not be considered. The Government intends to award a contract resulting from this solicitation to the responsible offeror or offeror's whose offer represents the best value to the government. The following factors shall be used to evaluate proposals: Listed in order of importance: Technical/Warranty (ability to meet specifications and other requirements listed in the solicitation), Past Performance, and Price. A written notice of award or acceptance of an offer will be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Questions regarding this solicitation must be sent in writing to Peyton Perry at peyton.perry@usdoj.gov, no later than Monday, April 13, 2026 at 2:00 p.m. NO PHONE CALLS WILL BE ACCEPTED No copies of the solicitation will be mailed or emailed. All responsible offerors may submit a proposal which will be considered. 2026-04-30 2026-03-30 ML0150 Sphagnum Moss for USDA-ARS 1232SA26Q0190 Combined Synopsis/Solicitation AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS AFM APD This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. Solicitation number 1232SA26Q0190 is issued as a Request for Quotation (RFQ) for 700 bales of 2.0 cu ft ML0150 long fibered Sphagnum Moss. This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The applicable North American Industry Classification Standard Code is 113210 - Forest Nurseries and Gathering of Forest Products. The small business size standard is $20.5 Million. This acquisition is a total small business set-aside. All responsible sources may submit a quotation which will be considered by the agency. n/a 2026-03-30 Sentinel System Bridge Contract FDAINTENTTOSOLESOURCEBRIDGESENTINEL2 Award Notice HEALTH AND HUMAN SERVICES, DEPARTMENT OF > FOOD AND DRUG ADMINISTRATION > FDA OFFICE OF ACQ GRANT SVCS See J and A Attachment 2026-04-16 2026-03-30 GLCA BOAT GARAGE, LEES FERRY AZ 140P1526Q0055 Combined Synopsis/Solicitation INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > IMR ARIZONA(12400) GLCA BOAT GARAGE, LEES FERRY AZ 2026-04-22 2026-03-30 J065--Pulmonary and Cardiac Diagnostic Systems Maintenance in support of the Veterans Integrated Service Network (VISN) 20 See solicitation for full requirements and locations 36C26026Q0495 Combined Synopsis/Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 260-NETWORK CONTRACT OFFICE 20 (36C260) This is a combined synopsis/solicitation for commercial products and commercial services as prepared in accordance with the format in Revolutionary Federal Acquisition Regulation Overhaul (RFO) Subpart 12.212(b)(1), as supplemented in the attached Request for Quotation (RFQ). This announcement constitutes the only solicitation. A firm-fixed price purchase order is anticipated. RFO 12, Acquisition of Commercial Products and Commercial Services will be used. This announcement constitutes the only solicitation. The solicitation number is 36C26026Q0495 and is attached. This solicitation is Full and Open competition. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34 Million. The FSC/PSC is J065. The Veterans Integrated Service Network (VISN 20) is seeking to Pulmonary and Cardiac Diagnostic Systems Maintenance for multiple locations location within VISN 20. See Statement of Work for service locations The period of performance: 09/01/2026 08/31/2027 Award will be based upon the evaluation factors listed in Section E of the attached RFQ. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. Questions to this RFQ shall be submitted via electronic mail to the Contracting Officer Jennifer Robles (jennifer.robles1@va.gov). Questions shall be accepted until 1:00 PM Mountain on 04/13/2026. The Government is not obligated to respond to any questions received after that date and time. All questions received within the designated timeframe that the Government considers relevant will be answered. Responses to questions will be provided as amendment to the RFQ that will be made available to all potential Offerors. Telephonic inquiries will not be responded to. No late quotations will be accepted. Offers must be emailed to Jennifer Robles jennifer.robles1@va.gov and received no later than 1:00 PM Mountain on 04/22/2026. 2026-04-28 2026-03-30 Y--SC Multi Parks (CONG, COWP, KIMO, NISI) - Pavement Preservation 140P2026R0054 Sources Sought INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > DSC CONTRACTING SERVICES DIVISION SC Multi Parks (CONG, COWP, KIMO, NISI) - Pavement Preservation 2026-04-08 2026-03-30 326 TRS Flooring (ATC5/ATC6) 326TRSFlooringFY26 Sources Sought DEPT OF DEFENSE > DEPT OF THE ARMY > NATIONAL GUARD BUREAU > JFHQ USPFO TX > USPFO TX PROCUREMENT > W7N2 USPFO ACTIVITY TXANG 149 Must be a small business, looking for fixed firm price estimates. This includes all delivery and install. Please see attached Statement Of Work and supporting documentation. 2026-04-15 2026-03-30 Notice of Intent to Sole Source - NOMAD NAPAS315NOMAD Special Notice ENERGY, DEPARTMENT OF > ENERGY, DEPARTMENT OF > NNSA NON-MO CNTRCTNG OPS DIV Notice of Intent to Sole Source to NOMAD Global Communication Solution, Inc., to provide Specialzed Counter-Unmanned Aircraft Suste, (C-UAS). See attached redacted Justification For Other Than Full and Open Competition document. 2026-04-14 2026-03-30 EV35, PNSY, Basewide, LUC Maintenance and Repairs, RAOMAC N4008526R0096 Solicitation DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVFACSYSCOM MID-ATLANTIC Login at https://piee.eb.mil and search for 'N4008526R0096' to obtain more details.* n/a 2026-03-30 59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF N0010426CTA03 Justification and Approval DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS MECHANICSBURG > NAVSUP WEAPON SYSTEMS SUPPORT MECH The Justification and Approval (J&A) authorizes and approves an execution to fair opportunities; basis as shown in Attechment 1. 2026-04-08 2026-03-30 61--Purchase Absolyte Batteries, Yosemite National Park 140P8526Q0039 Special Notice INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > PWR SF/SEA MABO(85000) The National Park Service, Yosemite National Park, California, has a requirement to purchase (2) Absolyte Batteries. This is a Brand Name requirement, see attached justification. This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) 140P856Q0039. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2026-01 and the Revolutionary FAR Overhaul updates currently enacted by DOI Deviations and are available in full text through Internet access at http:// www.acquisition.gov/far/. The acquisition is in support of Yosemite National Park. This is a 100% Total Small Business Set Aside. The North American Industry Classification System (NAICS) code is 335910. The small business size standard is 1,250 employees. 2026-04-07 2026-03-30 New Electronic Message Center (EMC) for Red Lake Hospital 75H70526Q00013 Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > BEMIDJI AREA INDIAN HEALTH SERVICE ***AMENDMENT 0001 HAS BEEN ADDED TO EXTEND THE DUE DATE FOR PROPOSALS TO 04/07/2026 AT 2:00PM CST.*** RFQ 75H70526Q00013 TO PROVIDE A NEW MESSAGE CENTER (EMC) FOR THE RED LAKE HOSPITAL THIS RFQ IS A 100% SMALL BUSINESS SET ASIDE ALL PROPROSALS ARE DUE ON 03/30/2026 AT 2:00PM CST IAW ATTACHED RFQ, OFFERORS MUST FILL OUT THE ATTACHED BID SCHEDULE 2026-04-27 2026-03-30 DTCs RFQ N0018926QD021 Combined Synopsis/Solicitation DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK NAVSUP FLC Philadelphia intends to solicit a competitive procurement for the Disruptive Technology Courses (DTCs) supporting J7’s senior leadership/senior leaders consisting of 1-star and 2-star General Officers/Flag Officers and or low-to-middle level Senior Executive Service (SES) civilians. The procurement is being processed as a 100% Service Disabled Veteran Owned Small Business set aside pursuant to the statutory authority of FAR 13.5 and 12.6. This synopsis is hereby combined with RFQ N0018926QD021. The NAIC code is 611430. 2026-04-14 2026-03-30 Danville National Cemetery – National Shrine Project 809-NSP25-006 36C78626B0004_1 Presolicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NATIONAL CEMETERY ADMIN (36C786) See Pre-Solicitation attachment for additional information 2026-04-30 2026-03-30 U.S. Department of Agriculture Seeks to Lease Office and Related Space in Santa Rosa, NM 57-35019-26-FA Presolicitation AGRICULTURE, DEPARTMENT OF > FARM PRODUCTION AND CONSERVATION BUSINESS CENTER > FPAC BUS CNTR-MGMT SVS DIV U.S. GOVERNMENT Department of Agriculture (USDA) seeks to lease the following space: State: New Mexico City: Santa Rosa Delineated Area: North: Joe and Louie Page Road East: HWY 84 South: Perch Lake/Ethan Road West: West Metro Road Minimum Sq. Ft. (ABOA): 2,666 Maximum Sq. Ft. (ABOA): 2,799 Maximum Sq. Ft. (RSF) 3,199 Space Type: Office Reserved Government Vehicle Parking Spaces: 6 Reserved Visitor/Customer Parking Spaces:10 Non-Reserved Employee Parking Spacing (located on-site or within 300 feet of premises): 10 Full Term: 15 Firm Term: 5 Termination Rights: 120 Additional Requirements: Secured Parking is needed to accommodate 6 GOVs. 2 GOV spaces to support trailers up to 20’. Parking to be enclosed with pro-fence panels 6’ in height. Must be drive through with 16’ unobstructed gates on each side. Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 500 2-percent annual chance formally 500-year flood plain. Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). ). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B . Expressions of Interest Due: April 30, 2026 Market Survey (Estimated): 05/2026 Occupancy (Estimated): 06/2027 Note: Entities not currently registered in the System for Award Management (SAM) at SAM.gov, are advised to start the registration process as soon as possible if intending to submit an offer for possible lease award. Expressions of Interest shall include the following: 1. If existing building, building name and address, and location of the available space within the Building, along with building site/ lot plans, interior layout drawings/pictures (with dimensions shown) reflecting the Space that is being offered. 2. If new construction, site/aerial plans or building site/lot plans showing the location of the proposal land, along with the parcel number (if part of multiple parcels, all parcel numbers associated with the proposed land). Adjacent streets showing proposed ingress/egress shall be shown on the plans. 3. Rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered. 4. Date of space availability. 5. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property will be required.* 6. Amount of/type of parking available on-site. 7. Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site. 8. For existing buildings, provide information on condition of building systems, roof, foundation, and current floor plan. Alternatively, provide a copy of a recent commercial building inspection or appraisal. 9. Confirmation that offered space meets or will be made to meet Architectural Barriers Act Accessibility Standards (ABAAS). 10. Confirmation that offered space meets or will be made to meet Seismic Safety Standards, as applicable. 11. Confirmation that offered space meets or will be made to meet Fire Protection & Life Safety Requirements. 12. For new construction or properties requiring expansion of the footprint of the building, confirmation that offered space meets or will be made to meet National Environmental Protection Act of 1969 (NEPA) Requirements. * As mentioned in #5 above, any submission received without written authorization to represent owner(s) will not be considered until such time the documentation has been received. In cases where an agent is representing multiple entities, written acknowledgement/permission from each entity to represent multiple interest parties for the same submission must be submitted prior to the Expressions of Interest due date. APEX Accelerator offers free help to businesses that want to work with the government. You can visit https://www.apexaccelerators.us/#/ to learn more and see the resources they provide. Send Expressions of Interest to: Name/Title: Bradley Cantrell/ Lease Contracting Officer Email Address: Bradley.cantrell@usda.gov Government Contact Information Name/Title: Bradley Cantrell/ Lease Contracting Officer Email Address: Bradley.cantrell@usda.gov Phone Number: 941-233-5144 2026-04-13 2026-03-30 Idaho Panhandle National Forest Service - Elevator Maintenance Services 1240BD26Q0025 Combined Synopsis/Solicitation AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > USDA-FS, CSA NORTHWEST 2 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The Requirement: The USDA Forest Service (FS), Idaho Panhandle National Forest, requires monthly routine maintenance and repair services for one (1) three-story hydraulic elevator. The Contractor shall provide all labor, supervision, tools, and materials necessary as described in the attached Performance Work Statement (PWS). Contract Type: Firm-Fixed Price (FFP). Period of Performance: One (1) Base Year with four (4) one-year Option Periods. Submission Requirements To be considered responsive, offerors must submit the following: Price: Completed Schedule of Items for all years. Technical Approach: Brief narrative of maintenance steps for this specific hydraulic unit. Evidence of 60-minute on-site response time capability. Sample commercial inspection checklist. Confirmation of technician qualifications and background checks. Past Performance: List of relevant contracts or references Completed form 1449 boxes 17a, 30a-c Evaluation and Award Award will be made to the responsible offeror whose quote is determined to be the most advantageous to the Government, price and other factors considered. This is a Comparative Evaluation conducted IAW FAR 12.602 See attachments for details 2026-12-23 2026-03-30 Communications, Network, Engineering, Cybersecurity, and Information Technology Services (CNECTS), aka "Connects" FA251827RCNECTS Special Notice DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE SPACE COMMAND > FA2518 USSF SPOC/SAIO The Space Acquisition and Integration Office (SAIO), on behalf of the 21st Communications Squadron (21 CS) under Space Operations Command (SpOC) at Peterson SFB (PSFB), CO, is currently exploring the feasibility of consolidating several communications contracts across PSFB, Schriever SFB (SSFB), and Cheyenne Mountain Space Force Station (CMSFS). 30 March 2026 Updated: Rejection of Early White Paper Submission – CNECTS Acquisition The draft CSO and AOIs were published for reference and feedback only! Please DO NOT submit any white papers prior to the authorized submission window. The Government will only accept white papers submitted within the designated submission period. Any submission received before the official opening date or after the closing date is considered non‑responsive and cannot be reviewed, evaluated, or retained. To preserve the integrity, fairness, and transparency of the competitive process, the Government strictly enforces all procedural requirements. No exceptions or waivers may be granted for early submissions. Submit white papers only after the official submission window opens, in accordance with the instructions and timelines that will be published in the solicitation. 27 March 2026 Updated: Official Release of Industry Day Materials & Request for Feedback SAIO has officially uploaded the presentation slides and supporting documents from the recent CNECTS Industry Day conference. Q&A Posting Delay: Please be advised, due to the large quantity of questions received and the need to coordinate with our mission partners, the consolidated Q&A log will be delayed. The Government anticipates posting the official Q&A document by 10 April 2026 The following materials are now available to assist our industry partners in preparing for the forthcoming solicitation. Newly available materials include: Official Industry Day Presentation Slides Draft copy of the CSO and AOI(s) Supporting solicitation documents PEDS PWS: This document has been re-added for reference, as some requirements from the PEDS program will be retained for the CNECTS acquisition Industry Day Recordings: Due to their large file size, the recordings are available upon request and will be sent through DOD SAFE. Interested parties should submit a request via email to rosalind.davis.3@spaceforce.mil. All interested parties are encouraged to review these materials thoroughly. To help us refine the final solicitation, please provide all feedback on the posted materials via the RFI link posted here: https://forms.osi.apps.mil/r/wEcneQjVku We appreciate the valuable engagement from industry and look forward to your participation in the CNECTS program. Please continue to monitor this channel for further updates. 04 March 2026 Updated: CNECTS Industry Day _General Session Information Due to the large number of attendees, we did not send individual notifications. Instead, a representative from each company was sent the information for Industry Day. Please note that a mass email with these details was sent out to a company representative yesterday, March 3, 2026, at 9:03 AM MST. For In-Person Attendees: No ID Required: You will not need to present an ID for entry. Company Sign-In: A sign-in sheet will be available. We ask that each company sign in once. Companies that requested two seats will have two slots. We will rely on companies to manage their own attendees. Information Card: Each company will receive a registration card to be turned in at the end of the day. This card will be used to collect contact information (Name, Email, Phone), note interest in partnering, and submit questions for the government. For Virtual Attendees (MS Teams): Recording: The entire event will be recorded. Identification: When joining the Teams meeting, please set your display name to include your Full Name and Company Name. Dial-In Participants: If you join by phone, you will be asked to self-identify. Anyone who does not self-identify will be removed from the call." 25 Feb 2026 Updated: CNECTS Request for Information (RFI) and Industry Day. The CNECTS RFI submission period has officially closed, and we are no longer accepting additional responses. We appreciate the effort and interest shown by all participants in supporting this initiative. Additionally, we regret to inform you that attendance for Industry Day has reached full capacity, and no further spots are available. Due to the overwhelming response and limited space, we are unable to accommodate any new requests. However, we remain committed to engaging with interested parties and will continue to offer one-on-one engagements upon request. If you would like to schedule a one-on-one meeting with our team, please feel free to reach out to me directly at rosalind.davis.3@spaceforce.mil, and we will make arrangements to address your questions and provide further insights. We value your engagement and encourage you to stay connected for future updates related to this effort. Thank you for your understanding and continued support. 17 Feb 2026 Updated: RFI #2 document was updated to add the reply to email address found under "Submission Instructions" paragraph. 12 Feb 2026 Updated: Seeking Industry Input for CNECTS Industry Day Agenda This is the third Request for Information (RFI) concerning the CNECTS acquisition. The Government is preparing to host an Industry Day, and this RFI is intended to make that event as productive as possible. To ensure the Industry Day directly addresses your most pressing questions, we are asking for your input now. To facilitate a focused dialogue, we ask that you submit your questions prior to the event. We request that you submit suggested discussion topics, or concerns you would like to see included on the Industry Day agenda. Your feedback is critical for structuring an event that is relevant and directly addresses the key interests of industry. When submitting, please clearly identify which questions are suitable for public discussion and which you consider proprietary. This distinction will help us formulate a comprehensive Q&A for the main session while respecting the confidentiality of your unique business concerns. In addition to the group presentation, the Government will hold a limited number of one-on-one sessions on the subsequent dates of 12th and 13th March 2026 . These meetings are intended to provide a forum for more in-depth, company-specific discussions. Instructions for requesting a session are detailed in the RFI #3 attachment. Your input will help shape a productive and valuable engagement for all participants. Please submit response no later than 23 February 2026 as stated in the RFI #3 attachment. 23 Jan 26 Update: This acquisition posting has been updated with the following changes: a. PEDS PWS has been removed, as the workload has been absorbed by the BIMS contract. b. Added: Second Request for Information (RFI #2) has been added with a response date of February 23, 2026. c. Added: CNECTS Requirement and Legacy Contract Differences_a document outlining the differences from the legacy contract, and d. Added: Requirements Matrix for RFI #2 5 Aug 25 Update: The previous attachment #1 could not be opened and has now been updated. The document name is "1. BOS IT PWS - 7 Oct 24 (2)," and has been uploaded. 2026-04-08 2026-03-30 RFI - to add an additional document inspection and data integrity system on eac 28321326RI0000014 Solicitation SOCIAL SECURITY ADMINISTRATION > SOCIAL SECURITY ADMINISTRATION > SSA OFC OF ACQUISITION GRANTS This request for information (RFI) is issued solely for planning purposes and is published in accordance with FAR Part 10 and FAR 15.201(e). This is not a solicitation or call for proposals. Any proposal submitted in response to this request for information will not be considered. Information received from this RFI is for planning purposes and market research only, and it will assist the Government in its acquisition strategy. The Government will not pay any costs incurred in the preparation of information for responding to this market survey or the Government’s use of the information. Proprietary information must be clearly identified as proprietary information. All proprietary information submitted will be held in a confidential manner and will only be used for the purpose intended. The Government will not provide a debrief on the results of the survey. n/a 2026-03-30 H146--Maintenance of Chlorine Dioxide Water Disinfection System. 36C24726Q0288 Award Notice VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 247-NETWORK CONTRACT OFFICE 7 (36C247) No description available. 2026-04-30 2026-03-30 FA283526Q0002 - NCO VTC FA283526Q0002 Solicitation DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE MATERIEL COMMAND > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > FA2835 AFLCMC HANSCOM PZI This RFQ is for the procurement and installation of the structured cables required for existing VTC systems IAW the Statement of Work. Please read the solication document, SOW, and accompanying documents for all required information. 2026-04-04 2026-03-30 AFOSR FY26 Partnership Intermediary Agreement (PIA) for Integrated Programmatic and Technical Support to increase Technology Transition & Transfer and Collaborative Project Orders (CPOs) FA955026RPIA1 Solicitation DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE MATERIEL COMMAND > AIR FORCE RESEARCH LABORATORY > FA9550 AFRL AFOSR I. General Information 1. The Department of War (DOW) Air Force Office of Scientific Research (AFOSR) in Arlington, VA anticipates awarding a Partnership Intermediary Agreement (PIA) under the Statutory Authority 10 U.S.C. § 4124(f) and 15 U.S.C. § 3715 to obtain Integrated Programmatic and Technical Support as described in Attachment J-0 – AFOSR PIA Statement of Objectives (SOO) under this announcement. The Government anticipates awarding a fixed price type agreement. AFOSR is seeking to focus PIA activities on eight key areas: Partnership development, collaboration facilitation, and agreement enablement; Technology transfer and early-stage technology transition awareness, market intelligence, and pathway exploration; Technology scouting, industry engagement, and ecosystem analysis; STEM and workforce development, ecosystem and engagement; Access to non-inherently governmental technical expertise, structured studies, and analytic assessments; Development and use of data tools, analytic platforms, and collaboration or innovation environments; Governance support, coordination across Collaborative Project Orders (CPOs), and facilitation of workshops, or engagement activities; and Production of factual, communications and knowledge-transfer outputs related to technology transfer and transition (T3) activities. The AFOSR PIA is seeking to meet the following seven objectives: Advance technology transfer and early-stage technology transition awareness by increasing visibility, pathway identification, and feasibility understanding of opportunities arising from Air Force Research Laboratory (AFRL) and AFOSR-funded basic research and related Department of the Air Force scientific and innovation activities. Enable informed consideration of downstream maturation, adoption, and commercialization pathways by facilitating early-stage transition insight, stakeholder connectivity, and ecosystem engagement, without presupposing acquisition, fielding, or operational decisions. Expand and sustain mission-aligned partnerships and collaboration networks across academia, industry, nonprofit organizations, state or local governments, affiliated entities, government laboratories, and other non-Federal partners to leverage external expertise, infrastructure, and innovation ecosystems. Support partnership and agreement readiness by enabling the effective use of non-FAR collaboration mechanisms and partnership instruments, consistent with statutory authority and Government determinations. Strengthen STEM, workforce, and talent pipeline outcomes aligned with AFRL and AFOSR scientific priorities and long-term Department needs, contributing to the sustainability of the research and innovation ecosystem. Improve data-enabled insight and decision support through analytics, studies, landscape assessments, and ecosystem intelligence that inform strategy, investment planning, and technology transfer and transition awareness across AFRL, AFOSR, and aligned mission partners. Enhance transparency, accountability, and effectiveness in the planning, execution, and assessment of PIA-enabled activities to support stewardship of Government research investments and maximize their potential long-term impact 2. The intermediary will primarily serve in a matchmaker capacity, and work to increase the likelihood of successful cooperative activities between the laboratory and industry/academia. The Government is contemplating award of: The Basic Agreement (as described in Attachment J-0 – AFOSR PIA SOO); CPO 1 – AFRL/AFOSR (as described in Attachment J-1 – AFRL/AFOSR SOO); CPO 2 – USSF (SSC) - VA (as described in Attachment J-2 – USSF (SSC) – VA SOO); CPO 2.1 – USSF (SSC) – CO (as described in Attachment J-2.1 – USSF (SSC) – CO SOO); CPO 3 – AFCENT (as described in Attachment J-3 – AFCENT SOO); CPO 4 – NRO – VA (as described in Attachment J-4 – NRO SOO) AFOSR anticipates award of additional CPOs within the ordering period of the basic agreement. 3. Place of Performance. PI leased facilities Performance for four of the CPOs will be at the PI’s leased facilities located within one (1) mile of coinciding Government or partner activities. Facility locations are to be within the stated distance to ensure maximum stakeholder engagement. The Government will NOT reimburse the applicant’s direct facility costs. Offerors must account for all costs associated with acquiring and maintaining the required facilities within the indirect cost rates used to build their fixed price proposal. The total fixed price proposed for each Collaborative Project Order (CPO) should be all-inclusive of all costs, both direct and indirect, required for performance. The required facility locations shall be as follows: AFOSR: Within one mile of 875 N. Randolph Street, Arlington, VA 22203. Square feet required: 10K sq ft. Facilities should support unclassified work only. USSF (SSC) – Chantilly, VA: Within one mile of 14850 Conference Center Drive, Chantilly, VA 20151. Square feet required: 10K sq ft. Facilities should support unclassified work only. USSF (SSC) – Colorado Springs: Within one mile of 2424 Garden of the Gods Road, Colorado Springs, Colorado 80919. Square feet required: 58K sq ft. Facilities should support unclassified work only. NRO – Chantilly, VA: Within one mile of 14850 Conference Center Drive, Chantilly, VA 20151. Square feet required: 10K sq ft. Facilities should support unclassified work only. Government space: The government will provide 10K sq ft. of unclassified partnering collaboration space at 3401 Fairfax Drive, Arlington, VA, for both the PI and AFCENT partners, permitting reach-back coordination to AFCENT Headquarters. Work at this site will support unclassified work only. 4. Government Furnished Property (GFP). No GFP or equipment is anticipated to be provided. 5. Total Government Estimated Program Ceilings and Periods of Performance: The Government Estimated Program Ceiling and Periods of Performance for the CPOs are as follows : CPO 1 – AFRL/AFOSR: $8.8M. The period of performance for CPO 1 will be a Base Period of 12-months plus four 12-month Option Periods for a total of 60 months, plus the optional six-month extension of services. CPO 2 – USSF (SSC) - Virginia: $7.8M. The period of performance for CPO 2 will be a Base Period of 12-months plus four 12-month Option Periods for a total of 60 months, plus the optional six-month extension of services. CPO 2.1 – USSF (SSC) - Colorado: $11.7M. The period of performance for CPO 2.1 will be a Base Period of 12-months plus four 12-month Option Periods for a total of 60 months, plus the optional six-month extension of services. CPO 3 – AFCENT: $2.8M. The period of performance for CPO 3 will be a Base Period of 12-months plus four 12-month Option Periods for a total of 60 months, plus the optional six-month extension of services. CPO 4 – NRO : $8.2M. The period of performance for CPO 4 will be a Base Period of 12-months plus four 12-month Option Periods for a total of 60 months, plus the optional six-month extension of services. The Government anticipates an initial five CPOs to be awarded simultaneously with the award of the PIA. The objectives for the CPOs can be found in Attachments J-1, J-2, J-2.1, J-3, and J-4. For the PIA: The Government estimated ceiling is not to exceed $80M , which would accommodate the addition of other CPOs during the life of the agreement. The period of performance for the PIA will be 60 months, plus the optional six-month extension of services. NOTE: Profit or fee is unallowable under this PIA. 6) Small Business Set Aside: No small business set aside is being used. Product Service Code (PSC): R499 – Support – Professional: Other North American Industry Classification System (NAICS) Code: 541690 – Other Scientific and Technical Consulting Services 7. Security Requirements . Reference Attachment J-8 – DD254s. The Applicant shall complete Blocks 6 and 7 with the appropriate information for their company and any subcontractors (when applicable) and shall include a statement confirming they can meet the security requirements in Blocks 11, 13, and 14 of the DoW Contract Classification Specification Form (DD254). Security requirements, as specified in the attached DD254, shall be met no later than the date of proposal submission. The government will consider proposals submitted without the DD254 as incomplete and a failure to adhere to the administrative requirements of this RFP. Three personnel supporting the PIA will require a TS/SCI. The TS/SCI is required for their support of the SSC CPO and AFCENT CPO, although a facility security clearance is not required from the Applicant for these facility sites. 8. RFP Questions, Proposal Submission Due Date/Time, and Proposal Requirements. RFP Questions . For any questions regarding this RFP, please submit questions in writing to: AFRL.AFOSR.PIA us.af.mil with the subject line “AFOSR PIA Questions: Name of Applicant” . If responses provide clarification to all prospective Applicants, questions and subsequent responses will be published on SAM.gov. Proposal Submission Due Date/Time. Applicants must submit their proposals no later than 10:00 AM Eastern on 4 APRIL 2026 . Proposals received after this time/date will be determined non-responsive and will not be reviewed. Proposals shall be submitted electronically to: AFRL.AFOSR.PIA@us.af.mil with the subject line: “AFOSR PIA Proposal Submission: Name of Applicant” . Applicants are highly encouraged to submit proposals several days before the deadline to preclude electronic transmission delays. Applicants are also encouraged upon submission to request a confirmation of receipt from the Government email address listed. Proposal Requirements. Proposals submissions require the following: Eligibility Requirements Documentation (to be included in Volume III) Technical/Management - Volume I Price Documentation - Volume II Proposal Documentation - Volume III Past Performance - Volume IV 9. Proposal costs. The Government will provide no funding for proposal development costs. Technical proposals and budgets (or any other materials) submitted in response to this RFP will not be returned. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, or an Applicant is not selected for an award, the Government is under no obligation to pay for any costs associated with preparing or submitting a proposal in response to this RFP. 10. Obligation of Funds. Award made under this solicitation is subject to the availability of funds. This request for proposal shall not be construed as commitment on the part of the Government as to the availability of certified funds or an authorization to proceed with the effort; successful negotiations are a prerequisite for the award of any PIA. Such authorization will be provided via a formally executed PIA and CPOs bilaterally signed by the Award Recipient and the Government Contracting Officer. To be considered for the PIA award, the nonprofit must meet the eligibility requirements, submit a response to the Basic Agreement and five CPOs for evaluation, and provide all information requested in this RFP. There is a potential for additional CPOs to be awarded separately throughout the ordering period of the Basic Agreement. Failure to submit a proposal in response to the Basic Agreement and CPOs 1, 2, 2.1, 3, and 4 will be determined non-responsive and not reviewed further. II. Proposal Instructions: The following instructions are for the preparation and submission of proposals. The purpose of this section is to establish requirements for the format and content of proposals so that proposals contain all essential information and can be evaluated equitably. Applicants are instructed to read the entire solicitation document, including all attachments, prior to submitting questions and/or preparing your offer. The government will consider proposals submitted without the documentation identified in the proposal instructions as incomplete and a failure to adhere to the administrative requirements of this RFP. Omission of any information from the proposal submission requirements may result in rejection of the offer. Applicants are expected to follow the detailed proposal preparation instructions fully and carefully. The Government will rely on the information provided by the Applicants to evaluate the proposals. It is therefore imperative that Applicants carefully follow the instructions set forth below and submit their proposals in the format and with the content specified below, providing all requested information. Proposals that fail to provide information in the format requested may be found unacceptable and may be rejected without further consideration if the KO determines that a significant revision or addendum to the Applicant’s proposal would be required to permit further evaluation, and especially if the incompleteness of the proposal or errant formatting of the proposal appears to be due from a lack of diligence or competence of the Applicant. The Government intends to evaluate and award without discussion; therefore, each initial proposal should contain the Applicant’s best terms. The Government reserves the right to seek clarifications or conduct discussions if the KO determines they are necessary. The instructions provided have been designed to ensure the submission of information essential to the understanding and comprehensive validation and evaluation of proposals. Clarity and completeness are of utmost importance to the proposal. The relevance and conciseness of the proposal is important. The Applicant is responsible for the accuracy and completeness of the Applicant’s proposal. The proposal submission must comply with the following requirements: Must be submitted in Adobe PDF format unless otherwise stated. All pages single sided must be formatted to fit on 8.5”x 11” paper with margins not less than one (1) inch on every side, with font not smaller than 11 point. References must be included in the footer of every page in a font size of 11. Footnotes and end notes are counted towards the maximum page requirement. Page numbers must be included in the footer of every page; and each submission must not exceed the specified maximum page limit, including cover page, charts, graphs, maps, and photographs when printed using the formatting requirements set forth above and single spaced. If applicants exceed the maximum page limits indicated below, the Government will review only the authorized number of pages and disregard any additional pages. It is the sole responsibility of the offeror to ensure that the electronic files submitted are virus-free and can be opened and read by the Government. Proposal submissions shall not be locked, encrypted, compressed, or otherwise contain barriers to opening the file(s). The Government is under no obligation to seek clarification regarding electronic proposal submissions if submissions cannot be opened or accessed. The Government reserves the right not to consider for award any proposal that does not adhere to the administrative requirements of this RFP. Applicants shall submit their proposals in separate Volumes as specified. In addition, the Applicants shall submit one (1) complete unredacted version of the Technical/Management Volume I, and one (1) redacted version of the same Technical/Management Volume I . The redacted version shall be identical in content and format to the unredacted version except for the permanent redaction (e.g., blacked out, obscured, or deleted in a non-recoverable manner) any information the Applicant claims as proprietary, confidential, trade secret, or otherwise protected from disclosure under the Freedom of Information Act (FOIA) (5 U.S.C. § 552) or other applicable laws, and all references to the Applicant and Sub-Applicant(s), Consultant(s), and Collaborators Name(s). Pricing information (Volume II) shall not be included in the unredacted or redacted Technical/Management Volume I. The redacted Technical/Management Volume I version shall be clearly labeled on the cover page and on each redacted page as: ‘REDACTED COPY’ . The unredacted version will be retained by the Contracting Officer and used only as necessary for limited purposes requiring full disclosure. Applicants are solely responsible for identifying, justifying, and properly redacting their information. The Government will not assume responsibility for redacting information on behalf of the Applicant and will not be liable for any disclosure resulting from inadequate redactions. If an Applicant fails to provide a properly prepared redacted version: The proposal may be deemed non-responsive/non-compliant, or In the event of a FOIA request, the full unredacted proposal (subject to applicable exemptions) may be released without further opportunity for the Applicant to redact. 5. System for Award Management (SAM.gov) Registration Required: All Applicants must be registered in SAM.gov before submitting a proposal. As part of the registration process SAM.gov will issue a valid Unique Entity Identifier. A commercial and government entity (CAGE) code will be issued by the Defense Logistics Agency as part of the SAM.gov registration process. It is the Applicant’s responsibility to maintain an active SAM registration with current information when any application is under consideration by a Federal awarding agency, and at all times any Federal award is active. An Agency level exemption for SAM registration under 2 CFR § 25.110(a)(2) will not be issued for applicants under this announcement. Applicants must comply with SAM.gov registration requirements and include their Organizational Unique Entity Identifier in the proposal, or we cannot make an award. If an Applicant is non-compliant with this requirement, we may determine you are not qualified to receive an award and use that determination to make an award to someone else as authorized by 2 CFR § 25.205(b). You cannot receive payments without an active SAM record and CAGE code. Help topics for SAM.gov can be found on the following website as well as a live chat for questions about SAM registration entity updates: https://www.fsd.gov/gsafsd_sp? l d=kbcategory&kbcategory=f56ee43edbfadcl 02c5f368f7c96l 906 . 6. Eligibility Determination: To be eligible to enter a PIA, the entity must meet the definition of a “Partnership Intermediary (PI)” as defined in 10 U.S.C. 4124(f)(2): “…..an agency of a State or local government, or a non-profit entity owned in whole or part by, chartered by, funded in whole or in part by, or operated in whole or in part by or on behalf of a State or local government, that assists, counsels, advises, evaluates, or otherwise cooperates with industry or academic institutions that need or can make demonstrably productive use of technology-related assistance from a Center; facilitates technology transfer from industry or academic institutions to a Center; or assists and facilitates workforce development in critical technology areas for technology transition activities to fulfill unmet needs of a center.” And as defined in 15 USC § 3715(c): "... an agency of a State or local government, or a nonprofit entity owned in whole or in part by, chartered by, funded in whole or in part by, or operated in whole or in part by or on behalf of a State or local government, that assists, counsels, advises, evaluates, or otherwise cooperates with small business firms, institutions of higher education as defined in section 1141(a) 1 of title 20, or educational institutions within the meaning of section 2194 of title 10, that need or can make demonstrably productive use of technology-related assistance from a Federal laboratory, including State programs receiving funds under cooperative agreements entered into under section 5121(b) of the Omnibus Trade and Competitiveness Act of 1988.” 2. A nonprofit entity seeking to qualify as a Partnership Intermediary (PI) shall comply with the eligibility requirements as outlined in a) or b) below: a. Government Agencies: A PI may be “an agency of a State or local government.” If the candidate PI asserts that it is eligible because it is an agent of a State or local government: (1) The candidate PI shall cite the state statute or local ordinance that establishes the candidate PI as an agent of the State or local government. b. Nonprofit Organizations. If a candidate PI is not a government agency, then it shall be a “nonprofit entity” and shall be “owned in whole or in part by, chartered by, funded in whole or in part by, or operated in whole or in part by or on behalf of a State or local government.” (1) All nonprofit organizations are required to file an annual IRS Form 990. Whether organized as a corporation, LLC, or other type of organization, nonprofit business entities will have articles of incorporation on file in the state in which the entity is established. These entities also should have bylaws governing their operations. If the candidate PI meets this eligibility requirement: The candidate PI shall submit the articles of incorporation, the bylaws, and the IRS Form 990 to confirm that the candidate PI is in fact a nonprofit organization. (2) The requirements for a candidate PI to be “owned in whole or in part by, chartered by, funded in whole or in part by, or operated in whole or in part by or on behalf of a State or local government” as stated in the alternative—must meet at least one of the following conditions to satisfy this requirement. i. If the candidate PI is “owned in whole or in part,” or “operated in whole or in part by or on behalf of the State or local government”: The candidate PI shall submit proof of such ownership. ii. To document that a State or local government has chartered a candidate PI: The candidate PI shall submit proof of a legislative action issuing such a charter, or an administrative action authorizing the candidate PI by specific legislative action. iii. To document that a State or local government funds the candidate PI: The candidate PI shall submit a funding agreement between the government and the candidate PI and identify the duration of the funding agreement is for at least the term of the proposed PIA action. NOTE: The candidate PI who asserts eligibility solely by virtue of funding by a state or local government will be further scrutinized by the Contracting Officer. The existence of funding from a State or local government is often a less durable or solid connection to the State or local government than the other bases of eligibility. The Contracting Officer’s review of this assertion will consider the purpose of the funding—whether the funding is for purposes of the PIA or other purposes that do not support PIA activities, the total amount of funding, and the longevity of funding. For the Government Contracting Officer to make a determination of eligibility, the proposal Applicant shall include documented evidence of the nonprofit entity’s relationship to the State or local government as stated above. This information shall be included in Proposal Documentation - Volume III. Please refer to Attachment RFP - AFOSR PIA RFP FA9550026PIA1 2026 to view the complete Proposal Instructions and Merit Review Criteria. ATTACHMENTS: Attachment RFP - AFOSR PIA RFP FA9550026PIA1 2026 Attachment J-0 – AFOSR Umbrella PIA Statement of Objectives (SOO) Attachment J-1 - CPO 1 – AFRL/AFOSR SOO Attachment J-2 – CPO 2 - USSF (SSC) – VA SOO Attachment J-2.1 - CPO 2.1 – USSF (SSC) – CO SOO Attachment J-3 - CPO 3 – AFCENT SOO Attachment J-4 – CPO 4 – NRO SOO Attachment J-5 - Model PIA terms and conditions Attachment J-6 – Model CPO terms and conditions Attachment J-7 – Reporting Deliverables Matrix Attachment J-8 – DD254 Attachment J-9 – Key Personnel Requirements and Descriptions Attachment P – Price Proposal Template Attachment KP – Key Personnel Resume Template Attachment PPQ – Past Performance Questionnaire 2026-05-01 2026-03-30 MARAD - Third Party Vessel Inspection Services for RRF Vessels 693JF726R000008 Combined Synopsis/Solicitation TRANSPORTATION, DEPARTMENT OF > MARITIME ADMINISTRATION > 693JF7 DOT MARITIME ADMINISTRATION THIRD-PARTY VESSEL INSPECTION SERVICES Solicitation No.: 693JF726R000008 SECTION A – COMBINED SYNOPSIS/SOLICITATION NOTICE a. This is a solicitation for commercial services issued in accordance with the simplified procedures of FAR 12.201-1. Quotations are requested. b. Procurement vehicle and type: Single-Award, Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for third-party vessel inspection services. c. Award approach: Award will be made on a Lowest Priced, Technically Acceptable (LPTA) basis consistent with the acceptability criteria in Section L and the evaluation procedures in Section M. d. Competition and set-aside: Full & Open Competition. e. Contract ceiling and ordering period: • Ceiling (maximum contract value): $349,990. • Ordering period: 12 months from date of award. f. Minimum guarantee: $500. g. NAICS: 541330 - Engineering Services (Size Standard: $25.5M). h. Point of contact for quotation submission, questions, and amendments is the Contracting Office identified in Section L. See Section L.8 for submission instructions and Section M for evaluation basis. 2026-04-08 2026-03-30 NDARNG- DF 1 Bulk Fuel W901UZ26Q8998 Combined Synopsis/Solicitation DEPT OF DEFENSE > DEPT OF THE ARMY > NATIONAL GUARD BUREAU > JFHQ USPFO ND > USPFO ND PROCUREMENT > W7NT USPFO ACTIVITY ND ARNG Please see attached "PRODUCT DESCRIPTION" document for more details. n/a 2026-03-30 Justification for Exception to Fair Opportunity (JEFO) - Brand Name AT&T FirstNet, Verizon Wireless, and T-Mobile devices and wireless telecommunication networks 70B06C26F00000241 Justification and Approval HOMELAND SECURITY, DEPARTMENT OF > US CUSTOMS AND BORDER PROTECTION > MISSION SUPPORT CONTRACTING DIVISION CBP awarded Task Order 70B06C26F00000241 under the single-award DHS Cellular Wireless Managed Services ( CWMS) 2.0 Indefinite Delivery Indefinite Quantity (IDIQ) Contract No. 70RTAC21D00000001, pursuant to RFO 16.507-7, restricting consideration to an item peculiar to one manufacturer (e.g., a particular brand-name, product, or a feature of a product that is peculiar to one manufacturer) must be justified. The Justification for Exception to Fair Opportunity (JEFO) is posted on Sam.Gov in accordance with RFO RFO 16.507-6(f). The justification was provided with the solicitation to the DHS CWMS IDIQ Contractor pursuant to RFO 16.507-7(c)(1). 2026-04-03 2026-03-30 Pressure Vessel Inspection Services FM3016FY26JBSAPressureVesselServices Sources Sought DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR EDUCATION AND TRAINING COMMAND > JOINT BASE SAN ANTONIO > FA3016 502 CONS CL JBSA Lackland AFB, JBSA Randolph AFB and JBSA Ft. Sam Houston is searching for potential contractors that can provide pressure vessel (VE) inspection services IAW the Statement of Work (SOW). JBSA is seeking information from interested parties that can provide the requirements below. All prospective contractors must be registered in the System for Award Management (SAM.Gov) database to be awarded a DOD contract. The product service code for this is J041 - EQUIPMENT-REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT and the NAICS for this action is 238220 - PLUMBING, HEATING, AND AIR-CONDITIONING CONTRACTORS (size standard: $19 MILLION). 2. The Department of War is seeking capable sources for pressure vessel (VE) inspection services. The selected contractor shall provide all labor, services, materials and transportation required to perform VE inspections on pressure vessels listed below. The goal of this effort is to comply with AFI 32-1068, Heating Systems and Unfired Pressure Vessels and with the Association of American Mechanical Engineers (ASME) Boiler and Pressure Vessel Code which state that unfired pressure vessel inspections (Type VE) will be performed every three years. 3. This announcement is a Sources Sought and is NOT a Request for Quotation (RFQ). This announcement does not commit the government to award a contract now or in the future. There is no solicitation or funding currently available. Additionally, the government is not obligated to and will not pay for any information received from potential sources because of this Sources Sought announcement. The result of this Source Sought will be utilized to determine if there are enough vendors capable to provide chiller replacement services IAW the statement of work. In addition, this market research tool can be used to identify potential and eligible firms, of all sizes, prior to determining the method acquisition and issuance of a solicitation. This is projected to be a small business set-aside, all small business set-aside categories will be considered. Attached is the DRAFT of the statement of work for this requirement, to allow for a better idea of work to be expected. It is subject to adjustments as necessary. 2026-04-29 2026-03-30 R&D LLM Foundational Model Alignment 476774 Sources Sought ENERGY, DEPARTMENT OF > ENERGY, DEPARTMENT OF > BROOKHAVEN NATL LAB -DOE CONTRACTOR SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or an Invitation for Bid (IFB). This is a Sources Sought/Request for Information (RFI) ONLY. A solicitation is currently not available. This notice is not to be construed as a commitment, implied or otherwise, to issue a solicitation or ultimately award a contract. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR Part 10, Market Research and FAR Part 19, Small Business Programs. Information received as a result of this notice will be considered market research and used for planning purposes only. Any information submitted by respondents is strictly voluntary. Any costs incurred as a result of this announcement shall be borne by the responder and will not be charged to BSA for reimbursement. INTRODUCTION: This is the initial step in the planning process for research and development services in large language model foundational model alignment. Brookhaven Science Associates (BSA) seeks sources with the capability and interest to provide the assembly service as defined in the Statement of Work, attached. BSA anticipates conducting a noncompetitive acquisition for this effort unless additional sources are identified. The North American Industry Classification System (NAICS) code is anticipated to be 541715, Artificial Intelligence Research and Development Laboratories or Services. The size standard is 1,000 employees. INSTRUCTIONS: All interested respondents that are capable of providing this service are invited to respond electronically with a Statement of Capabilities (SOC) demonstrating the ability to meet the requirements outlined in the attachments. Do NOT merely reiterate the objectives or reformulate the requirements specified in the SOW or include any marketing material in the capabilities statement. Responses shall include company name, address, SAM Unique Entity Identification (UEI) number, point of contact with email address and telephone number, and indicate business size (large, small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using the aforementioned NAICS code and small business size standard. BSA reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. Responses shall be emailed to jblood@bnl.gov and shall address the following areas, at a minimum: Describe your company’s capability to meet the requirements listed in the draft Statement of Work. Provide confirmation that your company is capable and interested in fulfilling all specifications. If not capable, please explain. If applicable, confirm end items are manufactured in the United States. If so, confirm if this meets the definition of domestic end product as defined at FAR 25.101(a)? If not, what is the country of origin of the end item? If applicable, specify if the company’s proposed end item is considered a commercial product as defined in FAR 2.101. Specify if your company is registered in SAM.gov. Please also provide your company’s Unique Entity Identification (UEI) number. Should you have any other feedback concerning the draft SOW or any other documents, please also provide via email. Attachments Draft Statement of Work, dated March 9, 2026 2030-09-30 2026-03-30 Request for Whitepapers: AEDC Velocity Alliance - A Multi-Billion Dollar OTA Consortium Opportunity FA9101-26-9-Velocity_Alliance Solicitation DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE MATERIEL COMMAND > AIR FORCE TEST CENTER > FA9101 AEDC PKP PROCRMNT BR 1. Strategic Purpose: The Department of the Air Force, through the Air Force Test Center (AFTC) and Arnold Engineering Development Complex (AEDC), announces the establishment of the AEDC Velocity Alliance. This strategic consortium-based initiative is established under the authority of 10 U.S.C. § 4022 to accelerate the modernization of national test infrastructure in direct support of next-generation defense systems and key National Defense Strategy objectives. The objective is to establish a pre-qualified industrial base to execute a multi-billion dollar portfolio of complex engineering and construction projects. Upon establishment, all projects under this initiative will be competed exclusively among Alliance members. 2. Key Dates for Industry: The Government intends to onboard members in multiple phases. Onboarding Opportunity 1: Questions Due: 1 May 2026, Close of Business (COB) Whitepapers Due: 1 June 2026, COB Mandatory Site Visit Window: 1 June 2026 – 30 June 2026 (Exact date will be communicated to vendors with successful submissions) Anticipated Consortium Live Date: 1 July 2026 Onboarding Opportunity 2: Whitepapers Due: 1 September 2026, COB Mandatory Site Visit Window: 1 September 2026 – 30 September 2026 This Request for Whitepaper notice will remain active until: 30 September 2032. 3. Action Required: We invite all interested and qualified vendors to carefully review the attached documents in their entirety to ensure all mandatory onboarding criteria are satisfied within their whitepaper submission. 4. Classification Codes: Primary NAICS Code: 541330 - Engineering Services Primary PSC Code: AC13 - National Defense R&D Services; Department of Defense - Military; Experimental Development (Note: While these are the primary codes, any NAICS/PSC code that fits within the scope of the Program Objectives is acceptable.) 30 Mar 26: Posted Question and Answers received to date in document - AEDC Velocity Alliance Consortium_Q_A-3.30.26.pdf 2026-05-01 2026-03-30 National Capital Parks-East (NACE) - Anacostia Par 140P4226R0008 Solicitation INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > DOI, NPS CONOPS STRATEGIC National Capital Parks-East (NACE) - Anacostia Park Skate Pavillion Concession Renovation The full solicitation is now posted as of March 30, 2026, with all documents and Attachments. Contractors are advised to Review Section L.1 and L.2 for required Proposal Response Submission Documents. Organized Site Visit will be held Wednesday, April 8, 2026 at 10 AM Eastern and the Anacostia Park Roller Skating Pavillion. Full details are located in Section L, under FAR 52.236-27 - Site Visit (Construction) 2026-04-20 2026-03-30 DH10--DIGITAL WAYFINDING 36C26226Q0506 Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 262-NETWORK CONTRACT OFFICE 22 (36C262) AMENDMENT 1 n/a 2026-03-30 6515--Storage Cabinetry - Sterile Processing 36C24826Q0227 Award Notice VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 248-NETWORK CONTRACT OFFICE 8 (36C248) No description available. 2026-04-07 2026-03-30 Apiay Base Operations Support Services PAN25565_W912CL26RA002 Presolicitation DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION INSTALLATION CONTRACTING COMMAND > 410TH CSB > 0410 AQ HQ CONTRACT The contractor shall provide non-personal services to include repair and maintenance of facilities and equipment, grounds maintenance, housekeeping/janitorial services, administrative support, property accountability, cargo movement, and management of billeting facilities at Apiay Air Base near Villavicencio, Colombia. Anticipated CLIN structure: X001 Base Operations Support Services - Fixed Price X002 Other Direct Costs - Fixed Price NTE (reimbursement excludes indirect cost) X003 CAP - Cost X004 Travel - Fixed Price NTE (IAW JTR) X005 Worker's Compensation / Defense Base Act - Fixed X006 Contractor Manpower Report - Fixed The Government anticipates a 6-month base period starting July 30, 2026 and four 12-month option periods. The solicitation will be made available through the GPE on or around April 20, 2026; interested offerors should monitor sam.gov for this opportunity. Tentatively scheduling a pre-proposal conference / site visit on May 13, 2026. A draft of the PWS is attached for interested vendors to submit questions no later than the pre-solicitation notice response date in order to consider adjustments prior to solicitation issuance. There will be no change to the acquisition strategy / no set-asides. n/a 2026-03-30 Acquisition Support Services Bridge Order 70Z02326I91230001 Justification and Approval HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > HQ CONTRACT OPERATIONS (CG-912)(000 This is a Justification for an Exception to Fair Opportunity under RFO 16.507-6(b)(3) – The new work is a logical follow-on to an original order, and the order was placed in accordance with the fair opportunity process and was not issued under sole-source or limited-sources procedures. The previous task order with OCT Consulting, LLC. was originally competed among 8(a) contract holders under GSA OASIS in accordance with the fair opportunity process under FAR Part 16. See attached Justification for an Exception to Fair Opportunity 2026-04-21 2026-03-30 6835--VISN 16 - Medical Gases 36C77626Q0016 Combined Synopsis/Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > PCAC (36C776) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with RFO Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number 36C77626Q0016 is hereby issued as a Request for Quotation (RFQ) for the supply of medical gases to various Department of Veterans Affairs medical facilities located within the VISN 16 catchment area. This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. For a detailed list of the medical gases required, including descriptions of all line-item numbers, estimated quantities, and units of measure, please refer to Attachment D.1 Schedule of Items in the solicitation. It is imperative that all medical gases comply with United States Pharmacopeia (USP) and National Formulary (NF) standards, and are appropriately labeled and certified for medical use. Detailed information regarding the days and locations for delivery and acceptance, as well as the f.o.b. (free on board) point, can be found in Attachment D.2 Facility Locations included in the solicitation. Offerors are encouraged to review all sections of the solicitation carefully and ensure compliance with the terms, conditions, and instructions provided. Offers must be received by April 21, 2026, no later than 1:00 PM Central Time. Please direct offers to the following point of contact: Contracting Officer, Andrew Schoenecker, at Andrew.Schoenecker@va.gov, and Contract Specialist, Patrick Gibbons at Patrick.Gibbons@va.gov. 2026-04-08 2026-03-30 L076--VISN 10 - Online Clinical Drug Information 36C25026Q0379 Combined Synopsis/Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 250-NETWORK CONTRACT OFFICE 10 (36C250) The purpose of this solicitation amendment is to address questions received from industry prior to the Q&A deadline . From Previous Amendment (0003) Question #5 How many staffed beds are included in VISN 10; does this include CLC and Domiciliary beds? If not, what is the count for CLC and Domiciliary beds? The number of authorized beds was provided in a previous amendment. At this time, we are unable to provide a total count of CLC or Domiciliary beds that are operational, as many of the beds listed as authorized including CLC beds are not currently staffed or in active use. In several facilities, these beds have not been utilized for extended periods due to factors such as staffing limitations, construction, or other operational constraints. While the authorized bed levels represent the maximum approved capacity, they do not reflect actual operational capacity due to the potential of beds not currently being available because of construction, workload, resource limitations, or similar factors. Staffed and functional beds provide an accurate basis for estimating current capability. As a result, operational bed counts meaning beds that are staffed, functional, and available for patient use will be lower than the authorized bed numbers provided in the amendments. The solicitation deadline remains unchanged, all quotes must be received no later than 1:30 PM EST on 4/8/2026 via email to Joshua.Kovar@VA.gov. 2026-04-07 2026-03-30 DSCR B41 Parking Lot Repair SP470326Q0027 Solicitation DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY > DCSO > DCSO RICHMOND > DCSO RICHMOND DIVISION #1 Update 30 March 2026: Typos identified. The CORRECT timing for this RFQ is: Questions: 31 March 2026, end of day Quotes Due: 7 April 2026, end of day. --------------------------------------- Solicitation Defense Supply Center Richmond (DSCR) B41 Parking Lot Repair This is a solicitation for services prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. The solicitation number SP4703-26-Q-0027 is issued as a request for quote (RFQ). The resulting contract will be a firm-fixed price award with an expected Period of Performance of 60 days from the issuance of the contract award. This acquisition is set-aside for 100% small businesses. The North American Industry Classification System (NAICS) Code is 237310 (Parking Lot Repair) . The small business size standard is $45M. Department of Labor Wage Determination based on location of the service provided (Richmond, VA). Partial proposals will not be accepted. For an offer to be considered for award, the contractor must be within a commutable driving distance to the DSCR facility. The point of mobilization must be annotated on the quote, and must be a location owned by the prime contractor, not a subcontractor. A 120-mile radius from DSCR is considered the commutable radius for this project. Award will be made to the lowest priced, technically acceptable (LPTA) offeror that meets the requirements stated in the Statement of Work and the solicitation. Also refer to clauses and provisions includes in this notice. Past performance will be considered a part of Technical Acceptability, and the Contracting Officer will pull contractor data from CPARS and SPRS. The contractor must be registered in the System for Award Management (SAM) prior to award. If not already registered in SAM, go to the SAM website www.sam.gov to register prior to submitting your quote. All inquiries must be submitted no later than 7 business days prior to closing date . Acceptable method of quote or inquiries submission is Email to brandon.jump@dla.mil. Site visit March 25, 2026 at 13:00 . Coordinate site access with Robert Miller at Robert.C.Miller@dla.mil. Meeting point is the DSCR Visitor’s Center unless instructed otherwise. Questions are due on March 31, 2026, end of day. Submit questions via email to Brandon.Jump@dla.mil. Quotes are due April 7, 2026, end of day. Access to Defense Supply Center Richmond is dictated by the language at the following location: https://www.dla.mil/Aviation/Installation/Visitors-and-ID-Office/ The points of contact (POC) for this requirement are Brandon Jump (brandon.jump@dla.mil). Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details. Use the site map on the last page of the SOW. MAGINITUDE OF CONSTRUCTION 36.204 Disclosure of the magnitude of construction projects. | Acquisition.GOV In accordance with FAR Part 36.204(b), the estimated Magnitude of Construction for requirement is between $25,000 and $100,000. LIQUIDATED DAMAGES 52.211-12 Liquidated Damages-Construction. LIQUIDATED DAMAGES-CONSTRUCTION (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of _$500_ for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor’s right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. 2026-04-03 2026-03-30 Water right settlement economic analysis 140D0426Q0290 Solicitation INTERIOR, DEPARTMENT OF THE > DEPARTMENTAL OFFICES > IBC ACQ SVCS DIRECTORATE (00004) Water right settlement economic analysis 2026-05-05 2026-03-30 Cooling System Replacement @ FILA 140P6426B0007 Solicitation INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > MWR OHIO(64000) SOLICITATION NOTICE: The National Park Service, Interior Regions 3/4/5, Ohio Major Acquisition Buying Office, intends to issue an Invitation for Bid (IFB) for the Cooling System Replacement project for First Ladies National Historic Site (FILA) in Canton, OH. Work will consist of providing all labor, materials, tools and other equipment necessary for replacement of a 60-ton air-cooled condenser, remote chiller, refrigerant piping and insulation. This work will also include replacement of two hydronic pumps in the chilled water hydronic loop. We anticipate that work will begin in the spring/summer of 2026. SOLICITATION NUMBER: 140P6426B0007 PROJECT MAGNITUDE: Between $500,000 and $750,000 TYPE OF CONTRACT: This will be a firm-fixed price contract expected to be awarded to a prime contractor by April/May 2026 with performance to begin in May/June 2026. Construction Wage Rate Requirements for Stark County, OH will apply. EVALUATION FACTORS: will be addressed in the official solicitation North American Industry Classification System (NAICS) CODE CLASSIFICATION and SET ASIDE: The NAICS Code is 238220, and the size standard is $19 million. This project is set aside 100% for Women-Owned Small Businesses. SITE VISIT: Please see solicitation for details The contracting office will not provide hardcopies or email copies of the solicitation. REGISTRATIONS: In order to be awarded a contract, an offeror must have an UEI number. Also, the offeror must be registered and active in the System for Award Management (SAM), website at http://www.sam.gov, and have completed their Online Representations and Certifications at the time of the solicitation close date once the solicitation is posted. POINT OF CONTACT: Craig D Bryant, Contracting Officer, craig_bryant@ios.doi.gov, 330-468-2500 x6. 2026-03-13 2026-03-30 Meats 3rd Qtr FPC Montgomery 15B31126Q00000017 Combined Synopsis/Solicitation JUSTICE, DEPARTMENT OF > FEDERAL PRISON SYSTEM / BUREAU OF PRISONS > FPC MONTGOMERY March 4, 2026 Dear Sir or Ma'am, Enclosed is a solicitation package prepared by the Federal Bureau of Prisons Acquisition office. This solicitation is for the acquisition of various food service products for our facility. Our physical location is Federal Prison Camp Montgomery, Bldg. 1249 Maxwell AFB, Montgomery AL 36112. This package contains all the necessary information for submitting a request for quote for evaluation. In submitting the request for quote, please consider all information provided herein. Carefully follow all instructions located in the solicitation package concerning the content, format and submission of your quote. All potential bidder(s) are advised that this solicitation includes the clause FAR 52.212-4 for commercial items. Bidder(s) should include their Data Universal Number System (DUNS) number in their offers. As of October 2012, all vendors participating shall be registered on the SAM website www.sam.gov. The contracting Officer will verify registration in the SAM database prior to award by entering the potential awardee's DUNS number into the SAM database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. As of January 1, 2005, all potential bidder(s) are required to complete the annual Representations and Certifications Application (ORCA), which should be completed at http://orca.bpn.gov. This information is included in this solicitation in the provision FAR 52.212-1 Instructions to bidder(s) - Commercial Items. Once you have completed the ORCA requirement, you are no longer required to submit 52.212-3 Offers Representations and Certifications with your quote. Failure to complete either of these registration procedures outlined in this solicitation may result in elimination from consideration for award. The government reserves the right to award item by item, or in groups of items, or in aggregate, whichever is most advantageous to the Government. Items delivered will be accepted in accordance with FAR 52.211-16, Variation in Quantity at 10 percent. Excess items over the exact quantity ordered will be returned at the contractor's expense or retained without compensation to the contractor. Offers shall be received on or before the deadline of March 13, 2026, at 15:00 PM Central Standard Time. The only method of receipt is Email: pmcknight@bop.gov. Please do not submit quotes to any other email other than the one listed above. Quotes received after the deadline or to another email will not be considered. Please place any questions you may have in writing by email to jmferguson@bop.gov. I will consider all questions received and provide responses, where appropriate. Please be sure to have read the cover letter, solicitation, specifications and delivery schedule, if the answer is addressed in those documents, you will not receive a response. If you are bidding alternate packaging and/or specifications it must clearly be marked and show what the differences are. You will be responsible for providing the correct prices to match our units of measurement. If you do not supply an item or meet the attached delivery schedule it will be noted as a performance issue. All quoted prices should not have more than two (2) decimal points. All orders over $15,000.00 will be placed on SF-1449. All orders under $15,000.00 will be placed on a government purchase card unless otherwise authorized by the contracting officer. All Government purchase card and SF-1449 transactions are fill or kill. Awarded pricing will only be available at www.beta.sam.gov, on or about April 1st - 15th, 2026. The evaluation factors are past performance and price. Past performance will be rated higher than price. The Government will award the responsible bidder(s) whose offer conforms to the solicitation and is considered to be the most advantageous to the Government. Goods are to be delivered from April 1st - 15th, 2026, Monday through Friday between 7:30 a.m. and 1:00 p.m., excluding Federal Holidays. Undelivered items are subject to cancellation. Failure to deliver within the established time frames will be considered as non-conformance under the terms of the contract. Sincerely, P. Scott Procurement and Property Specialist 2026-04-01 2026-03-30 REPAIR, RENOVATE PMEL FA252126B0001 Solicitation DEPT OF DEFENSE > DEPT OF THE AIR FORCE > SPACE SYSTEMS COMMAND > FA2521 45 CONS PK Work to be performed under this project consists of providing all labor, equipment, and materials to repair and construct a Precision Measurement Equipment Laboratory (PMEL) that meets the Air Force Criteria for PMEL Design and Construction document FC 4-218-01F. Replace all air handling units (AHU) and associated control systems identified by design analysis in PMEL facility, building 981. Establish HVAC Emergency Shut-off per UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, Standard 18 (HVAC Shutoff). All work shall comply with State of Florida Building Codes and Wing Facility Excellence guidelines. Period of Performance: 365 calendar days, to begin 10 days after issuance of the Notice to Proceed (NTP). NTP to be issued within 30 days after award. This is a solicitation for a Firm-Fixed-Price Construction Contract for Space Launch Delta 45, Patrick Space Force Base, FL. Notice to Offerors: Funds are not presently available for this project. The Governments obligation under this contract is contingent upon the availability of appropiated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government reserves the right to cancel this invitation for bid, either before or after the closing date. In the event the Government cancels this invitation for bid, the Government has no obligation to reimburse an offeror for any costs. Points of Contact: Contracting Officer: Abigail Lynagh Telephone: (321) 494-1913 E-mail: abigail.lynagh@spaceforce.mil Contracting Officer: Patricia A. Bates, NH-3 Telephone: (321) 494-7121 E-mail: patricia.bates@spaceforce.mil Contract Specialist: Ricardo Diaz Telephone: (321) 484-4449 E-mail: ricardo.diaz.14@spaceforce.mil *Notice of Amendment 1: Adding POC Frank Gillen, frank.gillen@spaceforce.mil, 321-494-3542.* *Notice of Amendment 2: Adding attachment 14 "Site Visit Rules of Engagement" *Notice of Attachment: Pre Bid Visit Sign in Sheet* *Notice of Amendment 3: Extend the solicitation to 24 March 2026.* *Notice of Amendment 4: Add Questions and Answers document and extend bid submissions to 1 April 2026.* *Notice of Amendment 5: The purpose of this amendment is to include as-builts as a late request, this has no effect on the bid due date. Additionally, the bid opening call-in number will be changed to 605-313-4379, Access Code: 6960179 * 2026-05-01 2026-03-30 127EAW26Q0011 - GAOA, Lassen NF Toilet Replacement 127EAW26Q0011 Combined Synopsis/Solicitation AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > USDA-FS, CSA SOUTHWEST 6 127EAW26Q0011 - GAOA, Lassen NF Toilet Replacement Disclosure of Magnitude of the Construction Project: Between $500,000 and $1,000,000 Set Aside: Total Small Business Set Aside MPORTANT NOTES: - See Section "Required Quote Submission Documents" for the Documents to Submit with Your Proposal - A FS organized site visit will NOT be held. The project locations are open to the public and can be viewed by each prospective offeror. In no event shall failure to inspect the site constitute grounds for a claim after contract award. - Requests For Information (RFI’s) are required to be submitted on attachment “8. RFI Form” and are due to the Contracting Officer (Gregory.Cunningham@usda.gov) via email no later than April 17th, 2026, 1:00 PM Pacific Time. No questions will be accepted after this date and time. - All quotes shall be emailed to the Contracting Officer (Gregory.Cunningham@usda.gov) no later than May 1st, 2026, 1:00 PM Pacific Time. 2026-04-08 2026-03-30 SENTINEL Secure Chat Server N6523626QE0138 Special Notice DEPT OF DEFENSE > DEPT OF THE NAVY > SPAWAR > SPAWAR LANT > NIWC ATLANTIC The purpose of this synopsis is to provide notice of Naval Information Warfare Command (NIWC) Atlantic, Code 22130,intent to award a Firm-Fixed Price purchase order on a non-competitve basis to Trusted Solutions, LLC for the procurement of Sentinel Secure Chat Servers. This is a notice of intent and is not a request for competitive quotes.Quoters are solely responsible for all expenses associated with responding to this notice. The government will not pay for information received in response to this notice. Responses are due to Brianna Busby, Contract Specialist, via email at brianna.a.busby2.civ@us.navy.mil. See attached Sources Sought Notice for specific details regarding this requirement. 2026-04-10 2026-03-30 CCSFS High Factory Assembled UL Level 3 Ballistic Rated Welded Steel Booth 2026-PZI-1718 Sources Sought DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE MATERIEL COMMAND > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > FA2835 AFLCMC HANSCOM PZI Request for Information/Sources Sought for Contractors that would be able to fulfill the requirement below. Three (3) 4’ x 6’ x 8’ High Factory Assembled UL Level 3 Ballistic Rated Welded Steel Booths mounted to three (3) trailers. Standard size hitch. Three (3) Ballistic Sliding Windows (one for each booth) Standard Size. One (1) Optional Stamped Drawing (the specifications of the trailer). The contractor will pre-wire the receptacles, lights, switch, HVAC (air condition/heat), and supply load center attached to the building. The tie-in and Data/Communications will be handled by SFS; not contractor. IAW SOW. 2026-04-08 2026-03-30 Area of Interest for Case Development Modernization (CDM) WHSCSO26AOI02 Combined Synopsis/Solicitation DEPT OF DEFENSE > WASHINGTON HEADQUARTERS SERVICES (WHS) > WASHINGTON HEADQUARTERS SERVICES AMENDMENT 1 - Questions and Answers (attached), and Submission date modified to 4PM (ET), April 8, 2026. The Defense Security Assistance Management System (DSAMS) is a mission essential system for the Security Cooperation (SC) community that provides military departments (MILDEPs) and Defense Agencies with the functionality necessary to develop and implement all unclassified Security Assistance (SA) cases, from the point of the customer's request for material/services through the establishment of the legal terms/conditions, initial pricing, payment schedules, and production of the Letter of Offer and Acceptance (LOA) document, and ending with confirmation that initial funding and obligation authority is in the place to proceed with case execution. DSAMS provides additional functionality for foreign military sales (FMS) Training and Grant Training, commonly referred to as the training module. This provides the capability to fully execute cases involving foreign military training (as opposed to weapon systems or spare parts) for the military departments (MILDEP). Originally created nearly three (3) decades ago, it remains the information technology (IT) backbone of foreign military sales. The President's executive order EO 14268 'Reforming Foreign Defense Sales to Improve Speed and Accountability' calls on Department of War (DoW) to modernize the entire case life cycle process to reduce time to delivery of materials and to increase transparency within the process; such that stakeholders in Security Cooperation enterprise can have improved delivery experience. Additionally, the Case Launcher product prototype is currently under development. This prototype includes capabilities such as initializing a case, creating, editing, and tasking case lines, reviewing and entering case data and a Single Tracking System prototype for tracking foreign military sales efforts throughout the Case Lifecyle per EO 14268. A modernized Case Development Life Cycle is critical to achieving the goals outlined in the executive order. The Information Management & Technology (IM&T) case development modernization (CDM) requires the development of a modernized Case Lifecycle system to address critical challenges and evolving mission needs within the Security Cooperation enterprise. The modernization aims to streamline the FMS case development process, enhance transparency, reduce delivery timelines, and ensure compliance with cybersecurity, accessibility, and Zero Trust standards. As of now, no single Task Management or Document Repository system exists. The CDM initiative includes task management and document repository capability requirements that support the overall Case Lifecycle to streamline task management and have the capability for case life cycle document repository. It should integrate seamlessly with the CDM system for efficient data exchange and reporting. By leveraging modem technologies, architectures, and methodologies, CDM will deliver a unified, scalable, and efficient platform that supports the entire Case Lifecycle while ensuring interoperability with other systems across the DoW. Key objectives to achieve include: 1.) Replace legacy functions and features by modernizing applications to reduce technical debt and application variance resulting in improved scalability, data transparency and efficiency. 2.) Develop a modern system to adhere with cybersecurity, accessibility and data protection compliance requirements like Zero Trust, 508, FISCAM Audit and other applicable STIGs. 3.) Implement applicable case lifecycle improvements identified as part of CPIB recommendations and other executive orders. SEE ATTACHED Areas of Interest for additional information 2026-04-30 2026-03-30 SPE3S1-26-R-0001 PB&J SQUEEZER PBJSQUEEZER Solicitation DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY > TROOP SUPPORT SUBSISTENCE > DLA TROOP SUPPORT PB&J Squeezer Solicitation (SPE3S1-26-R-0001) 2026-04-13 2026-03-30 Pintle Mount W912CH-25-R-0216 Solicitation DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-DTA > W6QK ACC- DTA This procurement is for the Pintle Mount. The proposed solicitation is intended to result in the award of a Single, Firm-Fixed Price, 5 Year Requirements Contract for the estimated supplies specified in the schedule. The resulting contract will establish pricing to be utilized for the period specified in the schedule. The Government does not intend to use FAR Part 12 for the acquisition. Procurement is 100% Total Small Business Set-Aside Competition only. Noun: Pintle Mount NSN 1010-01-445-6143. The TDP is EXPORT CONTROLLED, Distribution D. Joint Certification Program (EXPORT CONTROL): You must be certified under the United States/Canada Joint Certification Program (JCP) (https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/) to be granted access to the technical data (TDP) for this solicitation. For technical assistance in doing business with the Government, and doing business electronically, please visit the Procurement Technical Assistance Center (PTAC) website at http://www.aptac-us.org/ to locate a regional center. "CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is, in fact, unable to maintain a mailing list. The burden is therefore on any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection of the proposal. NOTICE TO ALL CONTRACTORS: All contractors who provide goods/services to the Department of Defense (DoD) must be registered in the System for Award Management (SAM). You may register via the Internet at https://www.sam.gov/SAM/pages/public/loginFAQ.jsf. Further information may be obtained through the internet at: https://www.sam.gov/SAM/pages/public/loginFAQ.jsf 2026-04-13 2026-03-30 Notice of Intent to Negotiate a Sole Source Contract REQUIREMENTS-25-2954 Special Notice COMMERCE, DEPARTMENT OF > NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office (AGO), Eastern Acquisition Division (EAD) and the Office of Marine and Aviation Operation (OMAO), intends to negotiate on a sole source basis, under the procedures at Revolutionary Federal Acquisition Regulation Overhaul Part 12 and statutory authority of 41 U.S.C. 1901 with Emprise Corporation for a firm fixed price contract for Shipboard Automated Maintenance Management (SAMM) Engineering Deployment, Support Services and Material for the NOAA fleet. NOAA utilizes SAMM to plan, document, and verify completion of maintenance and repair activities across the fleet. The system includes multiple integrated modules such as Inventory Spare Parts Management, Vibration Monitoring System, Oil Analysis System, the Electronic Engineering Logbook, and the Electronic Vessel Logbook (ShipsLog). These tools allow NOAA to track asset condition, streamline logistics, and perform advanced condition monitoring. The contractor shall provide engineering support services to the NOAA fleet to maintain, develop and update the SAMM system, the SAMM Spare Parts Module, the Ship Inspection Program, the Vibration Monitoring System, the Oil Analysis System, future SAMM Add-ons, Virtual Technical Library, the Logbook and Ship’s Log, training to afloat personnel, training to ashore personnel, and training NOAA officers in the use of these systems in accordance with the attached DRAFT Performance Work Statement. The associated North American Industry Classification Code (NAICS) code is 541330 Engineering Services, with a business size standard of $25.5M. This notice does not constitute a solicitation, Request for Proposal, Request for Quotation, or an Invitation for Bid and it does not restrict the Government in any way regarding its ultimate acquisition approach. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. The capability statement and any other information furnished must be in writing and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the requirements. Capability statements and related materials must be e-mailed to Contract Specialist Bridget Cofo at bridget.cofo@noaa.gov by 2:00 PM Eastern on April 13, 2026, with the email subject line referencing this NOTICE ID. DOC/NOAA/AGO/EAD requires that all contractors doing business with this office be registered with the System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: www.sam.gov. To register, all contractors must have a Unique Entity ID (UEI). A UEI may be acquired free of charge by registering at http:// https://sam.gov/content/entity-registration. n/a 2026-03-30 ROTOR, MOTOR, SHAFT SPE7L126P5384 Justification and Approval DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY > DLA LAND > DLA LAND COLUMBUS > DLA LAND AND MARITIME No description available. 2026-04-14 2026-03-30 J--Gillig Bus Repairs for Yosemite NP 140P8526Q0034 Sources Sought INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > PWR SF/SEA MABO(85000) This is a Sources Sought Notice for the purpose of conducting market research and obtaining industry information ONLY. This is NOT a request for quotation. The National Park Service is seeking sources to obtain information from businesses which would be interested and capable of providing services to Yosemite National Park, California. The work consists of diagnostics, repair, and corrective maintenance services for six Gillig diesel hybrid electric buses. Services may only be performed by an authorized Gillig repair facility or Gillig factory-certified technicians. Interested and capable contractors (i.e. authorized Gillig repair facilities or Gillig factory-certified technicians) should complete the attached sources sought survey and return it in accordance with the instructions. 2026-04-03 2026-03-30 X1GZ--FCC Med Cache - Add additional CO for Responses 36C25926Q0343 Combined Synopsis/Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NETWORK CONTRACT OFFICE 19 (36C259) The purpose of this Amendment 0001 is to: Add a second POC (Point of Contact) for all submissions. This POC is Noaa lanotte | noaa.lanotte@va.gov. 2026-04-12 2026-03-30 Solicitation for Continuous Wave Parametric Oscillator (CW OPO) Laser System 1333ND26QNB030140 Combined Synopsis/Solicitation COMMERCE, DEPARTMENT OF > NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY > DEPT OF COMMERCE NIST Please see all attachments for full details on this opportunity 2026-04-13 2026-03-30 Regional Grounds Maintenance and Landscaping Services N4008025R4580 Combined Synopsis/Solicitation DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC WASHINGTON > NAVFACSYSCOM WASHINGTON The purpose of this Solicitation is to procure Grounds Maintenance/Landscaping services for various installations throughout the Naval Facilities Engineering Systems Command (NAVFAC) Washington Area of Responsibility (AOR). More details can be found in the attached Solicitation documents. Please note that internal systems also refer to this Solicitation by the identifying number of N4008026R0003. For the purposes of this Solicitation the numbers; N4008026R0003, and N4008025R4580 are the same. 2026-04-20 2026-03-30 Replace Roll-Up Door at USCG Station Pascagoula, MS 70Z02926QNEWO011 Combined Synopsis/Solicitation HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > BASE NEW ORLEANS(00029) The United States Coast Guard is accepting proposals for qualified individuals or firms to provide and install all parts/materials/ tools needed for a new roll-up bay door and remove the existing at Station Pascagoula, MS. Furnish all labor, tools, and materials to install a new 20x18 roll-up door and motor operator as per the provided specifications. All work is to be completed in accordance with the scope of work / specifications. The scope of work includes more details of what the USCG needs. Prior to submitting a quote, it is mandatory to examine the scope of work, and it is highly recommended to visit the facility to take field measurements, evaluations, etc., and become familiar with existing conditions under which the work will be performed. Arrangements for visiting the site may be made by contacting: MKC Ben MacPhee Email: Benjamin.L.Macphee@uscg.mil Telephone: (228) 769-5606 The work is located at: U.S. Coast Guard Station Pascagoula Building 110, 108 Singing River Island Pascagoula, Mississippi 39595 This will be a firm-fixed priced purchase order awarded to the lowest priced technically acceptable offer. The evaluation factors are: - Price - Technical Acceptability - Past Performance Make sure to provide your price, technical approach, and past performance with your quote. Submit quotes to Joel.S.Ivy@uscg.mil by the date and time listed in this solicitation. This is a combined synopsis/solicitation for non-commercial items prepared in accordance with the format in FAR Part 36, as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ). Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Rates for Construction are included in this order and are applicable. Where Federal Acquisition Regulation clause language is inconsistent with FAR Part 36, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR Part 36 to be consistent with a request for quotations. This tailoring includes but is not limited to the following: In accordance with FAR Part 36, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR Part 36. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word. In accordance with FAR 5.101(a)(2), all responsible sources may submit a response which, if timely received, will be considered by the U.S. Coast Guard. This is set aside 100% for small business. Offerors must be actively registered in SAM.gov. Payment and performance bonds are not required. 2026-04-07 2026-03-30 Grounds Maintenance Service 36C25626Q0495 Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 256-NETWORK CONTRACT OFFICE 16 (36C256) Please see attachments for more details. 2026-04-06 2026-03-30 Contractor Logistics Support (CLS) Follow-On, FY 27-30 N0001926R1000 Solicitation DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND **NOTE** Announcement Amendment is being manually posted to SAM.Gov as the PIEE Solicitation Module is currently experiencing internal sever issues preventing automatic interfacing between the two systems. We understand there has been some confusion between announcement amendment numbers and solicitation amendment numbers. To ensure clarity, we kindly encourage all parties to carefully review the announcement amendments, as they provide detailed information on the purpose of the announcement. This will help avoid any misunderstandings and ensure alignment with the updated requirements. For future notices, and to avoid confusion, if any document is changed the Government will post the current version of all solicitation documents. Additionally, to reiterate, Attachments and Attachment URLs remain in PIEE and are not transmitted to SAM.gov. Offerors shall reach out via email to the PCO, Primary, and Secondary Solicitations Mangers identified in this announcement if they are experiencing difficulty downloading documents from PIEE. A link to the PIEE announcement is provided as https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?noticeId=N0001926R1000&noticeType=SolicitationNotice Announcement Amendment 0006 (Posting Date 3/30/26): An amendment to the solicitation is provided as Conformed Solicitation Amendment- N0001926R10000003. An amendment to the SF 30 is provided as Solicitation Amendment N0001926R10000003 SF30. The purpose of this solicitation amendment is to update Attachment L-4 Vol 3 Cross Reference Matrix CRM) to correct Performance Work Statement (PWS) and Contract Line Item Number (CLIN) references. Documents associated with the solicitation amendment are labeled AMD 03. Any documents without that nomenclature remain unchanged. To avoid confusion on what documents are current, this announcement amendment also includes the conformed copy of the solicitation and all current versions of the documents. Offerors shall ensure that final proposal submissions are in accordance with the latest revisions of the Solicitation and associated attachments. Attachment 5 will be provided upon request and will not be posted as it is CUI. As a reminder the Government will not accept questions in person or by phone. Questions can be e-mailed any time after receipt of this RFP; however, any questions received after 10 calendar days of the date this RFP is issued ( 19 Feb 2026 ) will only be answered at the discretion of the PCO. Offerors shall submit all questions via email to the PCO, Primary, and Secondary Solicitations Mangers identified in this announcement. Contractor Logistics Support (CLS) Follow-On, FY 27-30. This is a Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ) contract in support of PMA- 266s United States Marine Corps MQ-9A Unmanned Aircraft System (UAS) and its associated payloads, while ensuring sustained combat capability at designated Continental United States (CONUS) and Outside Continental United States (OCONUS) locations. This support includes Organizational-Level (O-Level) maintenance and qualified pilot and sensor operator aircrew services at Main Operating Base (MOB),Forward Operating Base (FOB), and other deployed sites as directed by the Government. THIS SOLICITATION AND ALL ASSOCIATED DOCUMENTS ARE FINAL. **Questions can be e-mailed any time after receipt of this RFP; however, any questions received after 10 calendar days of the date this RFP is issued will only be answered at the discretion of the PCO. Offerors shall submit all questions via email to the PCO, Primary, and Secondary Solicitations Mangers identified in this announcement. The Government will not accept questions in person or by phone. The Offeror must include the company name and RFP number in the subject line of the email. The question(s) must include the document and reference paragraph number that pertain to the Offeror’s question(s). The Government will post non-proprietary questions and answers to the PIEE. Proprietary questions will only be answered at the Government’s discretion.** 2026-04-01 2026-03-30 Yocum Sailing Center Fuel Dispensing System; Removal and Installation RFQ6923G226Q000004 Solicitation TRANSPORTATION, DEPARTMENT OF > MARITIME ADMINISTRATION > 693JF7 DOT MARITIME ADMINISTRATION Deparment of Transportation has a requirement for Yocum Sailing Center Fuel Dispensing System; Removal and Installation for United States Merchant Marine Academy, 300 Steamboat Road, Kings Point, NY 11024. Due to time constraints, this Request for Quotes will close on 3/24/2026, 3:00PM EST. All questions are due on 3/16/2026. Within 90 days of Notice to proceed after award, this project must be completed. It is a small business set aside reuirement, NAICS code 237120 and PSC code is Z2NA. A Firm Fixed Price contract will be awarded based on Lowest Price Technically acceptable in accordance with RFQ section M. Email all your questions and proposals to durba.ray@dot.gov and cc: brian.wiley.ctr@dot.gov prior to the close of the RFQ. Responses to the Attachment 2- Past Performance Questionnaires must be directly emailed to Durba.ray@dot.gov; cc; brian.wiley.ctr@dot.gov by the offeror's reference prior to the close of the RFQ. See all attachments. The purpose of amendment one is to extend the RFQ closing date to March 31, 2026, 2pm EST. All terms and conditions remain unchanged. See attached amendment one. Amendment two is to inform that Site visit is scheduled for Monday, March 30, 2026 from 9:30am – 10:30am EST at the USMMA, 300 Steamboat Road, Kings Point, NY 11024. Please contact Roody S. Milord at (C) 516-497-3611, milordr@usmma.edu by today March 27, 2026 to confirm the site visit on Monday, 3/30/2026. All terms and condititions remain unchanged. Amendment three is to incorporate Questions and answers to the solicitation, and extend the RFQ closing date to April 3, 2026, 1pm EST. See attachments - Amendment three and the Q&A. All offerors must acknowledge receipt of all three amendments in their proposal and Past Performance Questionnaires must be emailed to durba.ray@dot.gov directly by offeror's references before the close of the RFQ. Three parts of proposals must be emailed to durba.ray@dot.gov; cc brian.wiley.ctr@dot.gov before the close of the RFQ on April 3, 2026, 1PM or ealier. 2026-04-13 2026-03-30 macOS Workstations FA251726Q0018 Solicitation DEPT OF DEFENSE > DEPT OF THE AIR FORCE > FA2517 21 CONS BLDG 350 This is a solicitation for commercial items prepared in accordance with the format in FAR part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued. The solicitation number FA251726Q0018 is issued as a request for quotation (RFQ) for macOS Workstations for HQ CFC/PA on Peterson Space Force Base (SFB), CO. This acquisition is set-aside for small business concerns, and is solicited as a 100% Small Disabled Veteran Owned Business Set Aside. The North American Industrial Classification System (NAICS) code is 334111 - Electronic Computer Manufacturing. The size standard is 1,250 employees. This solicitation incorporates provisions and clauses by reference. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01, effective 03/13/2026 and the Revolutionary Federal Acquisition Regulation Overhaul. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov 2026-04-07 2026-03-30 6640--Bio-Rad BioPlex 2200 Brand Name or Equal at Central Arkansas Veterans Healthcare System CAVHS AR 72205 36C25626Q0584 Sources Sought VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 256-NETWORK CONTRACT OFFICE 16 (36C256) Sources Sought Notice Sources Sought Notice Page 2 of 2 Intent to Sole Source/ Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 24 Page 1 of Title: Automated Immunology Analyzer System at Central Arkansas Veterans Healthcare System (CAVHS), AR, 72205. Brand Name or Equal. Purpose: The Network Contracting Office (NCO) 16 located at 5075 Westheimer Road, Galleria Financial Center, Suite 750, Houston, Texas, hereby issues the following Sources Sought/ Request for Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for Contractor to assist with the BioPlex 2200 Analyzer System, Reagents, Controls, Calibrators, Consumables, Installation, Validation, Training, Maintenance, and Technical Support for Central Arkansas Veterans Healthcare System (CAVHS), AR, 72205. Notice of Intent to Sole Source. If there are no responses to this notice, a determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government to sole source the requirement. No response is a response. Government requests that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. Objective: To find qualified and certified contractors with the capability to provide the following: The Contractor shall provide all equipment, reagents, controls, calibrators, consumable parts, software, labor, installation, validation, training, and ongoing maintenance and technical support necessary to furnish fully functional BioPlex 2200 analyzer system at CAVHS. Brand Name or Equal. Delivery Location: Primary place of performance: Central Arkansas Veterans Healthcare System (CAVHS) Pathology and Laboratory Medicine Service 4300 West 7th Street, Room 2E 155 LR Little Rock, Arkansas 72205 Period of Performance: Five (5) Year IDIQ Opportunity: NCO 16, is seeking information from potential contractors on their ability to provide this requirement. THIS IS A NOTICE OF INTENT TO SOLE SOURCE and SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the CAVHS in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. Instructions and Response Guidelines: Sources Sought responses are due by 03/07/2026 at 3:00 PM (CST) via email to t.miller@va.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25626Q0584 - Sources Sought Automated Immunology Analyzer System. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 6(a) - 6(c17). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by CAVHS as "market research" and will not be released outside of the CAVHS Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. Contact Information: Contracting Specialist, T Miller Email address: t.miller@va.gov THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses. Your responses to this notice are appreciated. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2026-04-03 2026-03-30 Dry-Dock: USCG STA MAYPORT (45644) FY26 DD 70Z04026SSPBL3470 Sources Sought HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 3(00040) USCG STA MAYPORT (45644) FY26 , 7040Z04026SSBPL3470 Sources Sought Notice USCG STA MAYPORT (45644) FY26 DD , 7040Z04026SSBPL3470 with work items is provided as a PDF file and available for download. 2026-03-31 2026-03-30 MSC Training Center EAST -Hampton Roads N3220526R6021 Solicitation DEPT OF DEFENSE > DEPT OF THE NAVY > MSC > MSC HQS > MSCHQ NORFOLK The Contractor shall provide lodging and transportation as specified herein, to the authorized Civil Service Mariners (CIVMARs) assigned to the Military Sealift Command (MSC) in Fort Eustis, VA. The Contractor shall furnish necessary facilities, including furniture, equipment and supplies. Such facilities shall be located within a twenty-five (25) mile driving radius of MSC Training Center East Hampton Roads (TC-E HR), located at Building 650, 667 Monroe Avenue, Fort Eustis, VA 23604, using www.mapquest.com AND excludes any hotel separated from Ft Eustis VA by a tunnel. Transportation to and from the contractor?s lodging facility and MSC TC-E HR will be provided by contractor. The commute time from each hotel to the training facility must not exceed one hour each way during normal peak traffic hours. Please see the attached TCE-HR Lodging and Transportation amendment 0001-0003 clarfication briefing slides. 2026-04-10 2026-03-30 1333ND26QNB030138 - Brand Name Only "Horiba LABRAM Odyssey" Raman microscope" 1333ND26QNB030138 Combined Synopsis/Solicitation COMMERCE, DEPARTMENT OF > NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY > DEPT OF COMMERCE NIST Please see all attachments for full details on this opportunity. 2026-04-29 2026-03-30 Fixture Assembly SPRHA4-26-R-0454 Solicitation DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY > DLA AVIATION > DLA AVIATION OGDEN > DLA AVIATION AT OGDEN, UT Eight (8) each of NSN 4920-01-537-5649. This acquisition is restricted to qualified sources: BAE CAGE 12436 2026-04-06 2026-03-30 CBP TROLL RADIO EQUIPMENT - MARKET SURVEY 6973GH26CBPTROLLRADIOEQUIPMENT Sources Sought TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS MARKET SURVEY FOR TROLL BRANDED EQUIPMENT FOR SPARES AND REPAIRS CONTRACT. THIS IS A FEDERAL AVIATION ADMINISTRATION LOGITSICS CENTER REQUIREMENT. THIS PRODUCT PROCURMENT REQUIREMENT WILL SUPPORT THE CUSTOMS AND BORDER PROTECTION (CBP) AIR AND MARINE OPERATIONS (AMO) TERRESTRIAL UPGRADE PROJECT. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is a market survey for product availability from industry to determine viable options to address a requirement for specific equipment. Detailed specifications for the Troll solution requirements are provided in the attached draft parts description document. The responses to this market survey will be used for informational purposes only. This is not a Screening Information Request (SIR) or request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing the required material per the draft part description document. Respondents to this market survey are encouraged to provide comments regarding the government’s approach to this requirement. This market survey is also being conducted to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS – 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requires interested vendors to confirm their ability to provide the specific equipment required under this market survey. No substitutions or other like items shall be accepted. Each vendor should include the following information along with their submission: 1. Capability Statement - This document should identify: - History of providing the specific communication equipment being requested - Relevant previous contracts and awards for this equipment (elaborate: quantities dollar amounts and provide detailed information and past performance) - Provide information on previous contracts with the government which includes the required equipment - Number of years in business 2. Clearly state whether you can provide all the types of supplies listed in the requirements document. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for providing all requested material within original equipment manufacturer specifications. 4. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the draft requirements documents. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on April 6, 2026 with all the requested information listed (1-4). The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: Edward.B.Wright@faa.gov Please include "CBP TROLL RADIO EQUIPMENT - MARKET SURVEY” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. 2026-02-27 2026-03-30 Organic Industrial Base (OIB) and Indirect Fires Munitions Industry Day W519TC-OIBINDUSTRYDAY Special Notice DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI > W6QK ACC-RI March 30, 2026 Q&A posted March 25, 2026 Slides posted and a note from Ms. Armer: Industry Partners, I want to take a moment to express my deepest gratitude to all of you—our industry partners for your active participation and engagement. Your presence at our Organic Industrial Base Industry Day underscores the critical role that industry plays in supporting the Army’s mission to sustain, modernize, and strengthen the OIB. The insights, expertise, and innovative ideas you’ve shared are invaluable as we work together to address the challenges of today and prepare for the demands of tomorrow. The OIB is the backbone of Army readiness, and it is through partnerships like these that we can ensure its continued success. Your contributions—whether through advanced technologies, innovative solutions, or collaborative efforts—are essential to building a resilient, modern, and efficient industrial base capable of meeting the needs of our warfighters. I want to thank you for your time, your commitment, and your dedication to this shared mission. The discussions and ideas exchanged will help shape the future of the OIB and ensure that we remain ready to respond to any challenge, anywhere, at any time. As we move forward, I encourage you to stay engaged, continue the dialogue, and explore opportunities to collaborate with us. Together, we can achieve great things for the Army, the warfighter, and our nation. As a reminder opportunities are posted on SAM.gov. Make sure you are registered and are set up to receive notices. Provided below are a few direct links to announcements that were discussed. IAAAP Sources sought: https://sam.gov/workspace/contract/opp/c7f2eb78400445ca97a45caff2fd05cc/view RFI for investment in all Army Installations: https://sam.gov/workspace/contract/opp/f825eabd94884cc3b534bfde1927ccd9/view UAS: https://marketplace.gocolosseum.org/ OTA: https://cornerstone.army.mil/ BGAD Energetics Center of Excellence: https://sam.gov/workspace/contract/opp/7b996fd4298847719426ddf8e85cedbd/view BGAD Flex Line: https://sam.gov/workspace/contract/opp/7652921ff4354d8fbfbe43aeaa5ff1ab/view Thank you again for your participation, and I look forward to working with you as we advance the OIB and strengthen our collective capabilities. Respectfully, Lynda R. Armer Executive Director Army Contracting Command – Rock Island CCRI 3055 Rodman Avenue Rock Island, IL 61299-8000 March 5, 2026 Note: This posting has been updated to include the following attachments: "Items Components Needed," "Installation Enablers," and "Revised JMC Installation Handbook." Army Contracting Command – Rock Island (ACC-RI), on behalf of Portfolio Acquisition Executive Agile Sustainment and Ammunition (PAE AS&A) and Army Material Command (AMC) plans to hold an Organic Industrial Base (OIB) and Indirect Fires Munitions Industry Day on 19-20 March 2026 at the Hilton Parsippany located at One Hilton Court, Parsippany, NJ 07054. Registration for the event is now active and closes on 27 February 2026. As indicated in the previous announcement, the intention of this Industry Day is to discuss opportunities available across the OIB for Public-Private-Partnerships (P3) and/or Co-Production at the Government Owned, Government Operated (GOGO) installations and Armament Retooling and Manufacturing Support (ARMS) Program at the Government Owned, Contractor Operated (GOCO) installations. The Government will also provide an overview of Enhanced Use Leases (EUL). The Government is seeking input from both traditional and non-traditional defense contractors in shaping the outlook for P3s, Co-Production and ARMS across the OIB. The Government plans to also highlight key areas where industry can address critical gaps and contribute to strengthening our capabilities. Additionally, Program Manager Combat Ammunitions System (PM CAS) will provide information on project planning for Mortar and Artillery Munition Development and Production Opportunities, including 60/81/120mm Mortar Cartridge and 105/155mm Projectile Load/Assemble/Pack (LAP), Metal Parts, Fuzes, Propellants, Primers, and associated materials. General Session The General Session will be 4 hours in length and cover both the OIB Industry Day opportunities and the Indirect Fires Munitions Industry Day information. A draft agenda is provided below. Please note, this is a draft agenda and the Government reserves the right to modify as required. DAY 1: 19 MAR 2026 0715-0755 - Registration/Check-In 0800-0830 - Opening Comments & Government Introductions 0830-0845 - EUL Overview 0845-0900 - P3 Overview 0900-0945 - Site-by-site GOGO Overview Break 1000-1045 - GOCO Overview GOCO MATOC Update ARMS Overview IAAAP Overview 1045-1145 - Mortar and Artillery Munition; Development and Production; Opportunities Execution 1145-1215 - Munitions Supply Chain Risk Management 1215-1300 - Break for Lunch 1300-1700 - One-on-One Meetings DAY 2: 20 MAR 2026 0800-1200 - One-on-One Meetings Participation in the General Session is limited to 4 individuals per company due to size capacity at the event. In the event registrations exceed the size capacity limitations, the Government may further limit the number of individuals per company. Registration confirmation will be coordinated through the POC identified in the form. A valid email address must be provided or the Government will be unable to contact you and confirm attendance. Indirect Fires One-on-One Sessions In the form, indicate your company’s desire to schedule a one-on-one meeting with PM CAS representatives to discuss Indirect Fires Munitions. The Government is interested in discussing Industry’s input on multi-year contracting during these one-on-ones. Specifically, Industry’s experiences in multi-year contracting, benefits to the contractor, and as a result, what benefits the Government would see if it pursued multi-year contracting opportunities. The Government is also interested in hearing any drawbacks contractors have experienced in multi-year contracting. If requesting a one-on-one for this event, the Government would request Industry provide examples of successful implementation of multi-year contracting and be prepared to discuss during the meeting. Please submit white papers to the POC in this notice ahead of the event. OIB P3 and/or Co-production Opportunities One-on-One Sessions In this announcement, the Government is providing material relating to each GOGO site to facilitate discussion of P3s and/or Co-Production opportunities during the OIB portion of the event. See reference document ‘GOGO Site Snapshot’ for an overview of the features of each location. Further information will be provided at the General Session, as well. The Government requests Industry review this documentation and then register for the general session and sign up for subsequent one-on-one meetings to foster exchange of ideas for P3 and/or Co-production opportunities with representatives from each of the sites. White papers are not requested ahead of this event; however, the Government may request them after conducting one-on-ones to further explore opportunities discussed. If registering for an OIB one-on-one, you must indicate your level of interest in meeting with each site location and then rank your preferences to meet with each site. Due to anticipated large volume of one-on-one requests, the Government will use the data submitted to best schedule one-on-one meetings to align Government and Industry interests. Please note that ranking a specific site first on your preference list may not result in a meeting with that site. The Government will do its best to accommodate within the time slots available. Instructions for Registration Registration for the General Session and both one-on-one meeting requests can be done via the link attached to this notice: OIB and Indirect Fire Munitions Industry Day Registration Link. See instructions below. For both one-on-one opportunities, length of time per session is to be determined based on interest. The Government will coordinate to ensure maximum participation, but due to availability of personnel and time slots, cannot guarantee all one-on-one requests will be granted. You will be promptly notified after registration closes of whether or not a one-on-one has been scheduled and, if so, the time and location of your session. If you have any questions regarding the event, please reach out to the ACC-RI Source Selection Support Center of Excellence (S3COE) team at usarmy.ria.acc.mbx.s3coe@army.mil. -------------------------------------------------------------------------------------------------------------------- February 3, 2026: Title has been updated and additional details have been incorporated and underlined below. -------------------------------------------------------------------------------------------------------------------- Army Contracting Command - Rock Island (ACC-RI), on behalf of Portfolio Acquisition Executive Agile Sustainment and Ammunition (PAE AS&A) and Army Materiel Command (AMC) plans to hold an Industry Day on 19-20 March 2026 at the Hilton Parsippany located at One Hilton Court, Parsippany, NJ 07054. This posting is to notify Industry of the Government's intent to hold the Industry Day and subsequent one-on-one sessions to assist with planning and travel arrangements. Registration information for the general session and one-on-one meetings will be forthcoming in a subsequent posting. The intention of the Industry Day is to discuss opportunities available across the Organic Industrial Base (OIB) for Public-Private-Partnerships (P3) and/or Co-Production at the Government Owned, Government Operated (GOGO) installations and Armament Retooling and Manufacturing Support (ARMS) Program at the Government Owned, Contractor Operated (GOCO) installations . The Government will also provide an overview of Enhanced Use Leases (EUL) . The Government is seeking input from both traditional and non-traditional defense contractors in shaping the outlook for P3s, Co-Production and ARMS across the OIB. The USG plans to also highlight key areas where industry can address critical gaps and contribute to strengthening our capabilities. Additionally, Program Manager Combat Ammunition Systems (PM CAS) will provide information on project planning for Mortar and Artillery Munition Development and Production Opportunities including 60/81/120mm Mortar Cartridge and 105/155mm Projectile Load/Assemble/Pack (LAP), Metal Parts, Fuzes, Propellants, Primers, and associated materials. The Government will provide additional information specific to sites across the OIB in subsequent updates prior to the Industry Day event. If you have any questions regarding the event, please reach out to the ACC-RI Source Selection Support Center of Excellence (S3COE) team at usarmy.ria.acc.mbx.s3coe@army.mil. 2026-04-03 2026-03-30 R699--Provide Relocation and Reconfiguration Services. 36C24726Q0337 Combined Synopsis/Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 247-NETWORK CONTRACT OFFICE 7 (36C247) 36C24726Q0337 0001 2026-04-10 2026-03-30 6515--NX EQ Non-Powered Patient Transfer Standing Aid (VA-26-00037623) 36C10X26Q0110 Combined Synopsis/Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > SAC FREDERICK (36C10X) Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 3 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 This is a combined synopsis/solicitation for commercial products prepared in accordance with FAR part 12. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued. Solicitation number 36C10X26Q0110 is issued as a Request for Quotes (RFQ) for Non-Powered Patient Transfer Aid. This acquisition is unrestricted. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. Line Items: Refer to ATTACHMENT D PRICE COST SCHEDULE NX EQ NX EQ Non-Powered Patient Transfer Aid for CLINs, quantities, and units of measure. Description of Requirements: Offerors shall provide NX EQ Non-Powered Patient Transfer Aids that meet the salient characteristics listed in ATTACHMENT B PRODUCT DESCRIPTION. Only new OEM equipment is acceptable. No refurbished, remanufactured, or gray market items will be considered. Delivery and Acceptance: Delivery is FOB Destination. Specific delivery locations and dates will be identified in individual orders issued under the contract. 2026-05-28 2026-03-30 U.S. Mission Italy 19AQMM26R0022 Solicitation STATE, DEPARTMENT OF > STATE, DEPARTMENT OF > ACQUISITIONS - AQM MOMENTUM Due to a system error, this solicitation is being issued in conjunction with Amendment A001. Amendment A001 reflects the original posting and contains the correct solicitation information, including all applicable deadlines. Offerors are advised to rely on Amendment A001 for all submission dates. ALL INTERESTED OFFERORS WILL NEED TO COMPLETE AND RETURN A RESTRICTED ACCESS REQUEST IN ORDER TO BE GRANTED ACCESS TO THIS REQUIREMENT. The U.S. Department of State (DOS) has a requirement for a qualified Contractor to provide Local Guard Services to support the U.S. Mission in Italy. The Government requires a secure environment to conduct their mission. The Contractor shall provide the organizational structure, management, and qualified staff based on the requirements contained in the Performance Work Statement (PWS). The Contractor shall be required to provide services in a manner that prevent loss or injury to U.S. personnel, dependents, property; destruction of assets; to prevent unauthorized access; and deter potential terrorist attacks. In response to this upcoming solicitation, the Government anticipates awarding a single-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) vehicle. The term of this contract includes a base year and four (4) one (1) year option periods, in accordance with FAR 52.217-9 Option to Extend the Term of the Contract. The locations for this Mission are as follows: Rome, Florence, Milan, and Naples. U.S. Mission Italy consists of: Order 001 (TO1) Rome/Florence Order 002 (TO2) Milan Order 003 (TO3) Naples Site Visits of the U.S. Mission facilities in Italy are provided via a PowerPoint Presentation attachment. If an in-person site visit is scheduled following the issuance of the original solicitation, the US Government will notify all offerors via an amendment with dates and locations. PHONE CALLS WILL NOT BE ACCEPTED Offerors shall have an active registration on the System for Award Management Governmentwide Point of Entry at https://www.SAM.gov. Offerors shall ensure that the point of contact (POC) on the Restricted Access Request form provides his/her full name, including first, middle (if applicable), and last name. The POC’s full name shall be identical to the full name in the SAM.Gov database. Offerors must also ensure that the submitting POC’s full name, including first, middle (if applicable), and last name, are identical in SAM.gov as the names appear in SAM.gov. Controlled Access to solicitation documents will be granted via a SAM.gov request. Offerors with issues obtaining access, shall reach out to sam.gov helpdesk. The Government will use the best value-Cost/technical tradeoff source selection process, as defined in Federal Acquisition Regulation (FAR) 15.101-1. 2026-04-03 2026-03-30 The PSI MSE Lite needs the following FPGAs for the fabrication of the MSE Lite payload. 890NSSC26927128Q Combined Synopsis/Solicitation NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA SHARED SERVICES CENTER PLEASE SEE ATTACHED 2026-03-31 2026-03-30 K059--626A4-18-204 Upgrade Energy Management System 36C24926R0056 Presolicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 249-NETWORK CONTRACT OFFICE 9 (36C249) Page 2 of 2 The TVHS, Alvin C. York Campus, has a requirement for a contractor to provide construction services for Project # 6264A-18-204 - Upgrade Energy Management System in accordance with the Statement of Work, Project Specifications and Drawings. The project is to Provide construction services to upgrade the Energy Management System and Building Automation System in accordance with the specifications and drawings. The contractor shall convert the existing DDC system to an industry standard Native DDC system, install a fiber optic backbone to all panels, replace outdated controls and panels, and add controls to designated areas while furnishing all labor, materials, equipment, and supervision required. Work includes controls, programming, structured cabling, low voltage electrical, architectural patch back, tuning, fire alarm integration, commissioning, and general construction support. Upon completion, the facility will have a new fiber optic backbone, all panels will operate on Native BACnet, and the system will feature a unified, upgraded front end with new graphics and full BACnet certification and commissioning. NAICS Code 238210 is applicable to this requirement. The Small Business size standard is $19M. The estimate range of construction is between $1,000,000.00 and $5,000,000.00 This requirement will be procured by way of FAR Part 15, as a Lowest Price Technically Acceptable (LPTA) source selection process. The evaluation factors and sub-factors under consideration for this requirement will be available upon the solicitation release, which is anticipated to be on or by March 31, 2026. This requirement is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under the authority of 38 U.S.C §8127 (d). To be considered for award, Contractors must be registered and certified by SBA DSBS and registered in the System For Award Management (SAM) database. All offerors are urged to contact the SBA DSBS (https://dsbs.sba.gov/search/dsp_dsbs.cfm). In addition to the requirements as set forth in the solicitation notice (to be issued), the proposed contractor must also be determined responsible in accordance with FAR Part 9. The Contracting Officer will determine responsibility prior to award any award being made. Questions related to this requirement will only be addressed in writing by way of email to the Contract Specialist at Robert.glenn@va.gov. The Project number, Project Name and Solicitation Number must be included in the subject line of all questions related to this requirement. No questions will be considered until the actual solicitation is released, on or by March 31, 2026. END OF PRESOLICITATION NOTICE 2026-04-17 2026-03-30 PEWARS Office Upgrades W911WN26QA033 Solicitation DEPT OF DEFENSE > DEPT OF THE ARMY > US ARMY CORPS OF ENGINEERS > ENGINEER DIVISION GREAT LAKES AND OHIO > ENDIST PITTSBURGH > W072 ENDIST PITTSBURGH The U.S. Army Corps of Engineers, Pittsburgh District, has a requirement to upgrade office space at the Pittsburgh Engineering Warehouse and Repair Station (PEWARS). The work is located at 3500 Grand Ave, Pittsburgh, PA 15225. The site may be reached from state and local roads and streets. The general description of the work is to furnish all equipment, labor of work, supervision, and materials necessary to complete the work as shown and as specified. The work includes the replacement of ceiling drop tiles; cleaning of the ceiling tile grid; replacement and standardization of lighting covers and bulbs; replacement of HVAC diffusers and return grating; removal of existing carpet and baseboards throughout the area; installation of carpet tiles and baseboards; replacement of interior doors; installation of locks on interior doors; removal and replacement of receptacles wall plates and switch plates; removal of wallpaper and wood paneling; minor repairs of damaged drywall; painting of walls, ceilings, and access hatches; and disassembly, movement, and reassembly of office furniture, furnishings, and cubicles as required to perform all tasks. These items shall include all other work required to complete the work as specified herein. The NAICS code is 236220 - Commercial and Institutional Building Construction with an associated small business size standard of $45,000,000.00 average annual revenue. Periods of Performance will be 90 calendar days from notice to proceed. The solicitation is set-aside 100% for Small Business. The contractor shall furnish all labor, equipment, devices, and materials and perform all work in accordance with the specifications. The contractor shall comply with all applicable federal, regional, state, and local laws and commercial standards. In accordance with DFARS 252.204-7020, all contractors are required to have a current (i.e., not more than three years old) NIST SP 800-171 DoD Assessment on record in the Supplier Performance Risk System (SPRS) to be considered for award. You are required to conduct, at a minimum, a Basic Assessment of your compliance with the 110 security controls outlined in NIST SP 800-171 and submit your summary level score to SPRS located in the Procurement Integrated Enterprise Environment (PIEE). We encourage your company to complete the NIST SP 800-171 Assessment via SPRS prior to the Request for Quote (RFQ) due date to be considered for an award. Any resultant award will be for one (1) Firm-Fixed Price (FFP) Purchase Order. All responsible quoters are encouraged to submit a quote. The Contractor shall perform all work as indicated in the specifications utilizing the best standards of performance and construction for the respective trades. The Contractor shall utilize personnel who are thoroughly trained and familiar with the indicated requirements and the methods needed for proper performance of work. The Contractor shall coordinate construction to ensure uninterrupted progress and to provide an accurate fit between the works of all trades. The Contractor shall provide all equipment and materials necessary to complete the work as shown and as specified.**NOTICE** Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ then clicking on ?View FFP Contract Changes Playbook Here?. 16 March 2026 - Amendment 0001 Issued19 March 2026 - Amendment 0002 Issued30 March 2026 - Amendment 0003 Issued 2023-03-26 2026-03-30 RFP-797-652F-05-0001-R6: 65IIF Patient Mobility Devices RFP797652F050001R6 Combined Synopsis/Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NAC FEDERAL SUPPLY SCHEDULE (36F797) This amendment incorporates GSAM Clause 552.238-120 Economic Price Adjustment – Federal Supply Schedule Contracts (Tailored) (Sep 2024), updates Responsibility Evaluation dated October 2025, and updates the Signature Authority form dated August 2025. 2026-04-08 2026-03-30 Fuels Truck Buildup 127EAY26Q0025 Combined Synopsis/Solicitation AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > Six Rivers National Forest This amendment adds the Questions and Answers to the Solicitation. See Attachments This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation. Quotations are being requested and separate written solicitation will not be issued. Solicitation number 127EAY26Q0025 is issued as a Request for Quotation (RFQ) for installation of low-profile utility bodies on two Government provided 2024 Dodge Ram 3500 4X4 dual rear wheel chassis. This acquisition is set-aside for small business concerns. The applicable North American Industry Classification Standard Code is 336211 The small business size standard is 1,000 employees. This acquisition is a Total Small Business Set-Aside. All responsible sources may submit a quotation which will be considered by the agency. 2026-04-02 2026-03-30 Request for Information (RFI) for of Supply and Installation Brand Name Only Ingersoll-Rand Air Compressor, Air Dryer, Oil-Water Separator W519TC26QAIRC Sources Sought DEPT OF DEFENSE > DEPT OF THE ARMY > W390 MCALESTER ARMY AMMO PLANT Introduction: Rock Island Arsenal-Joint Manufacturing & Technology Center is seeking information from industry on Supply and Installation Brand Name Only Ingersoll-Rand Air Compressor, Air Dryer, Oil-Water Separator System to understand of market availability, capabilities, pricing and identify qualified vendors. All interested and qualified businesses (i.e., Small Business, Other than Small) are encouraged to submit your information. Requirements: This requirement will require the contractor to supply and install an air compressor to the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). This will be tied into existing air compressors at RIA-JMTC. The system will include an air compressor, air dryer, oil-water separator and any other components or materials necessary for operation. The system will compress, dry and supply air to multiple buildings at JMTC. Present and Identify Manufacturer, Model Number, Pricing, Delivery Lead-time, Installation, Start-up/Commissioning and Training Time Frames, with Warranty solution and conditions. Provide Published Data: brochure, catalog, or published data describing the equipment. Purchase Description: see attached detail document. Air Compressor, Quantity: 1 Air Dryer Quantity: 1 Oil-Water Separator, Quantity: 1 Installation, Quantity: 1 Start-up/Commissioning, Quantity: 1 Training, Quantity: 1 DODAAC / CAGE: W52H1B DELIVERY ADDRESS: Rock Island Arsenal-JMTC TRANSPORTATION OFFICER BLDG 299 GILLESPIE AV AND BECK LANE ROCK ISLAND, IL, 61299-5000 Submission should be organized in accordance with the instructions in this document to permit a thorough and accurate review. Responses to this RFI must be submitted via electronic mail no later than 02 April 2026 at 10:00AM, CST. Points of Contact: The point of contact for this submission is: Andrea Jones, andrea.jones36.civ@army.mil Security: This RFI is unclassified. Do not include any classified information submitted in response to this RFI. Proprietary information should be clearly marked. Disclaimer: THIS REQUEST FOR INFORMATION IS SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION. In accordance with FAR 15.101(c), Requests for Information. The Government does not currently intend to award a contract, but wants to obtain delivery, market, or capabilities information for planning purposes. Responses to RFIs are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of the RFI or otherwise pay for the information requested; and Responses will be treated as information only and not as a proposal. Information received in response to an RFI must be safeguarded adequately from unauthorized disclosure. Contracting officers shall mark the information with date and time of receipt and provide the information to designated officials. 2026-04-02 2026-03-30 J065--Medrad Injector Service Contract 36C24626Q0448 Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 246-NETWORK CONTRACTING OFFICE 6 (36C246) Medrad Injector Service n/a 2026-03-30 G004--Contracted Residential Services For Homeless Veterans 36C24126Q0138 Award Notice VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 241-NETWORK CONTRACT OFFICE 01 (36C241) This Government has awarded a firm-fixed contract for Contracted Residential Services For Homeless Veterans with services starting on 4/01/2026. 2026-04-29 2026-03-30 Solicitation for Seat, Vehicular / NSN: 2540-01-204-6019 W912CH-26-Q-0019 Solicitation DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-DTA > W6QK ACC- DTA Solicitation for W912CH-26-Q-0019 The United States Army Contracting Command – Detroit Arsenal (ACC-DTA) is issuing a solicitation for Small Business Set-Aside. The resulting contract will be a Firm-Fixed Price (FFP), one-time buy with 100% option, Contract for the supplies specified. This solicitation is for the following item: Noun: SEAT, VEHICULAR National Stock Number (NSN): 2540-01-204-6019 Part Number: 12334404 Unit of Issue: Each (EA) Quantity: 19 (With 100% Option) NAICS Code: 336360 Inspection: Origin Acceptance: Origin FOB Point: Destination Level of Preservation: Military Level of Packaging: B Please Note: Technical Data Package: A TDP is available. Always download the TDP. The TDP may be updated. The date on the top level drawing does not change when the specs or lower level drawings are revised. Technical Data Package List (TDPL) review date: 08/11/2025 PLEASE BE AWARE: There are qualified parts that need to be procured from a specific vendor. The TDP is EXPORT CONTROLLED, Distribution D Export Controlled. JCP Certification is required. You must request access to the TDP via SAM.gov and have JCP Certification. Joint Certification Program (EXPORT CONTROL): You must be certified under the United States/Canada Joint Certification Program (JCP) (https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/) to be granted access to the technical data (TDP) for this solicitation. The Government requires Military Packaging - Level A and has associated Special Packaging Instructions (SPIs). Please refer to Section D of the solicitation for additional information. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is, in fact, unable to maintain a mailing list. The burden is therefore on any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection of the proposal. Please read this solicitation. There are several clauses and provisions throughout this solicitation that require information to be provided. To be considered for award, please return one signed copy of your offer via e-mail to Contract Specialist: Zachary Wiegand (zachary.k.wiegand.civ@army.mil) All questions pertaining to this solicitation shall be directed in writing to the Contract Specialist identified above. 2026-04-09 2026-03-30 68--Aquatic Herbicide (Magnacide H) for the Wapato Irr 140A1226Q0003 Combined Synopsis/Solicitation INTERIOR, DEPARTMENT OF THE > BUREAU OF INDIAN AFFAIRS > BUREAU OF INDIAN AFFAIRS Magnacide H for the Wapato Irrigation Project (WIP) 2026-05-14 2026-03-30 Cherokee National Forest Project TN ERFO FS CHRKE804 2020-2(4) 693C73-26-B-000010 Presolicitation TRANSPORTATION, DEPARTMENT OF > FEDERAL HIGHWAY ADMINISTRATION > 693C73 EASTERN FED LANDS DIVISION Sealed bids from certified HUBZone Small Business Concerns only will be accepted for the Cherokee National Forest, Project TN ERFO FS CHRKE804 2020-2(4), Solicitation Number 693C73-26-B-000010 located in Polk County, Tennessee. This project consists of repairing storm and flood damage on Little Gassaway Road (FS 45) and Sina Branch Road (FS 67). Project work includes grading, roadway resurfacing, drain dip construction, replacement of drainage culverts, slope stabilization, AOP structure, concrete box culvert, ditch reconditioning, drainage culvert cleaning, and other miscellaneous work. The project is expected to fall within the price range of $5,000,000 to $10,000,000. Bid documents should be issued on or about April 13, 2026. Bid due date and location will be specified on the SF 1442, Block 13a of the Solicitation. Use Internet address https://www.sam.gov (click on Contract Opportunities, then type “693C73” in the Search Contract Opportunities box and click the search button and all available projects will be listed) to check for the availability of advertisement documents. All documents can be directly downloaded from this website. Solicitation documents will not be mailed. Register to receive email notifications to be automatically notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at this website, there will be no Interested Vendors List. Please send all questions concerning construction projects to eflhd.contracts@dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. IMPORTANT SAM REGISTRATION AND PAYMENT REQUIREMENTS In accordance with Federal Acquisition Regulation (FAR) 52.204-7 (DEVIATION NOV 2025), prospective contractors shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer in response to this solicitation and at the time of award. To register in SAM, go to https://www.sam.gov. Annual contractor representations and certifications must be completed online at https://www.sam.gov. Also, FAR 52.232-33 requires SAM registration for payment. The required annual Form VETS-4212 must also be completed online at http://www.dol.gov/vets/vets4212.htm per FAR 52.222-37. PLEASE NOTE For security reasons, individuals requiring access to all government buildings must present a valid photo ID and be escorted to their destination by a Government employee. All visitors attending bid openings are urged to arrive at least 1 hour prior to a scheduled bid opening. All visitors must sign in at the main entrance of the Quantum Park facility and wait to be escorted by a Government employee to Eastern Federal Lands Highway Division (EFLHD) in Suite 200. Visitors must then register with the EFLHD Receptionist. A Government employee will collect all bids. Prior to the bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry, and no exceptions will be made. Bidders are encouraged to submit bids electronically per the instructions provided in the solicitation. 2026-04-15 2026-03-30 Building Repair FA4801261BLDG Sources Sought DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR EDUCATION AND TRAINING COMMAND > FA4801 49 CONS PK Holloman AFB, NM is seeking information of interested vendors for the repair of two buildings. This requirement entails construction IAW attached Statement of Work (SoW). The contractor shall be capable of fulfilling this requirement in its entirety. NOTE: Further revisions or changes may be made and sent out with any future solicitation (if and when a solicitation is issued). This Sources Sought is issued solely for information and planning purposes only and is not a Request for Proposals or Quotes (RFP or RFQ) or an obligation on the part of the Government to acquire any services. Responses to this sources sought are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this sources sought should not anticipate feedback with regard to its submission. The Government will not pay any cost incurred in response to this sources sought. All costs associated with responding to this sources sought will be solely at the responding party's expense. The information provided in this sources sought is subject to change and is not binding on the Government. Please respond according to the directions stated below. Documentation of capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, certification, authorization, and experience to compete for this acquisition. It is imperative that business concerns responding to this notice articulate their capabilities clearly and adequately. Responses to this notice are strictly voluntary. Please include the following in your responses: - Contact information: 1. Name of company 2. Primary Point of Contact 3. Institution or organization affiliation 4. Email address (personal business email address) 5. Phone number 6. Company's business size standard, applicable set asides, and CAGE/UEI codes. Capability Documentation May be supplemented with three (3) contract award numbers of similar services within past 3 years How to Submit Responses: 1. Submit the required information to SSgt Barron Kartchner Ramos, Contracting Specialist at barron.kartchner_ramos@us.af.mil and Mr. Vaughn Cahill, Contracting Officer at vaughn.cahill@us.af.mil 2. Please include "Holloman AFB - Bldg Repair" in the e-mail subject line 3. Please provide all requested information as stated above before RFI close date and time. 2026-04-06 2026-03-30 Access Control System PR Army National Guard, USPFO Bldgs. (s) 540, 769 & 770 W912LR26QA011 Combined Synopsis/Solicitation DEPT OF DEFENSE > DEPT OF THE ARMY > NATIONAL GUARD BUREAU > JFHQ USPFO PR > USPFO PR PROCUREMENT > W7PA USPFO ACTIVITY PR ARNG The purpose of this amendment is: 1. To upload the "Questions Responses - W912LR26QA011-ACS-answered final" document into the Attachments/Links section of this solicitation" -------No further changes were made---------------------------------------------------------------------------- The purpose of this amendment is: 1. To upload "SOW - USPFO ACS - RFID 20260317 - post site visit" document into the Attachments/Links section of this notice. 2. Change the due date to receive questions to March 24, 2026 at 2:00pm AST. The government intends to provide responses in or around close of business 4:00pm AST, March 30, 2026. 3. Change the due date to submit offers to April 6, 2026, at 11:00am AST (local time). -------No further changes were made---------------------------------------------------------------------------- The purpose of this amendment is: 1. To upload plans, specs and diagrams into the Attachments/Links portion of this notice. -------No further changes were made---------------------------------------------------------------------------- The purpose of this amendment is: 1. To upload "Solicitation - W912LR26QA011' into the Attachments/Links section of this notice. -------No further changes were made---------------------------------------------------------------------------- THE P.R ARMY NATIONAL GUARD UNITED STATES FISCAL & PROPERTY OFFICE IS REQUESTING THE SUPPLY, INSTALLATION AND CONFIGURATION OF AN ACCESS CONTROL SYSTEM CONSISTING OF ELEVEN (11) CAC READER UNITS AT PRARNG FACILITIES BUILDINGS 540, 769 & 770 LOCATED AT COLUMBUS ST AND BORINQUENER ROAD, FORT BUCHANAN, PR 00934 AND CAMP SANTIAGO JOINT TRAINING CENTER. THE OFFEROR SHALL SUPPLY REPORTING AND MANAGEMENT SOFTWARE CAPABLE OF SUPPORTING MANAGEMENT OF ALL CONNECTED DEVICES. THE UNITS WILL BE COMPATIBLE TO MEET OR EXCEED THE SPECIFICATIONS LISTED IN PARAGRAPH 5.0 (REQUIREMENTS) ON THE SCOPE OF WORK (SOW) CONTAINED IN THIS SOLICITATION. SYSTEM WILL INCLUDE CONFIGURATION AND MAINTAINANCE ALL AMAG ACCESS CONTROL PANELS, SOFTWARE, POWER SUPPLIES, BATTERIES AND HID PIV CARD READERS W/ KEYPAD AT ALL REQUESTED DOORS AS DEFINED IN THE SOW. AMAG SOFTWARE WILL BE CONFIGURED TO READ ALL GOVERNMENT ISSUED CARDS. DOOR HARDWARE AND CONDUIT WILL BE INSTALLED AS NEEDED IN EACH DOOR DEPENDING ON THE FUNCTIONALITY. PERIOD OF PERFOMANCE INCLUDING ARRIVAL OF MATERIALS ON SITE AND ACCEPTANCE IS 120 CALENDAR DAYS. IN ACCORDANCE WITH AR 530-1, OPERATIONS SECURITY, NEW CONTRACTOR EMPLOYEES SHALL COMPLETE LEVEL I OPSEC TRAINING WITHIN 10 CALENDAR DAYS OF THEIR REPORTING FOR PERFORMANCE AND ANNUALLY THEREAFTER. THE CONTRACTOR SHALL SUBMIT CERTIFICATES OF COMPLETION FOR EACH AFFECTED CONTRACTOR EMPLOYEE, TO THE POC, OR TO THE KO IF A POC IS NOT ASSIGNED, WITHIN 10 CALENDAR DAYS AFTER COMPLETION OF TRAINING. LEVEL 1 OPSEC TRAINING IS AVAILABLE AT HTTP://CDSETRAIN.DTIC.MIL/OPSEC/ AN AWARD RESULTING FROM THIS REQUEST FOR QUOTE (RFQ) SHALL BE MADE TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THE RFQ AND WILL BE MOST ADVANTAGEOUS TO THE GOVERNMENT. THIS IS A COMBINED SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. THIS SOLICITATION IS ISSUED AS A REQUEST FOR QUOTE (RFQ) COMPETED IAW FAR PART 12, SIMPLIFIED ACQUISITION PROCEDURES FOR COMMERCIAL ITEMS WITH DESIGNATED NORTH AMERICAN INDUSTRY CLASIFICATION SYSTEM (NAICS) 561621 WITH A BUSINESS SIZE IN DOLLARS OF $25M. QUOTES FAILING TO MEET ALL THE TERMS AND CONDITIONS OF THIS SOLICITATION; TO INCLUDE BUY TERMS, LINE-ITEM DESCRIPTIONS, AND ATTACHMENTS, MAY NOT BE EVALUATED FOR AWARD. ONE (1) FIRM-FIXED PRICE (FFP) CONTRACT WILL BE AWARDED AS A RESULT OF THIS SOLICITATION. ANY REFERENCE TO THE TERM “BID” IN THIS SOLICITATION IS USED SYNONYMOUSLY WITH THE WORD “QUOTE”. PLEASE SEE FAR 13.004-LEGAL EFFECT OF QUOTATIONS. ONLY NEW ITEMS ARE ACCEPTED, NO REMANUFACTURED, OR REFURBISHED EQUIPMENT. ALL ITEMS MUST BE COVERED BY THE MANUFACTURER’S WARRANTY. THE RESPONSES TO THIS RFQ ARE INTENDED TO BE EVALUATED, AND AWARD MADE WITHOUT DISCUSSIONS, UNLESS DISCUSSIONS ARE DEEMED TO BE NECESSARY. SINCE AWARD WILL BE BASED ON INITIAL RESPONSES, QUOTERS ARE HIGHLY ENCOURAGED TO QUOTE THEIR MOST ADVANTAGEOUS PRICING IN THEIR INITIAL RESPONSE. THIS REQUIREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE. ALL PROSPECTIVE OFFERORS MUST HAVE A COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE OR A UNIQUE ENTITY IDENTIFIER (UEI) AND BE REGISTERED WITH SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTP://WWW.SAM.GOV. RESPOND BY COMPLETING BLOCKS 17A ENTERING YOUR BUSINESS CAGE CODE, NAME AND TELEPHONE NUMBER AND BLOCK 30 (ALL LETTERS) OF THE SOLICITATION CONTAINED HEREIN (SF-1449) SIGNING OFFER AS FIRM AND ACCURATE WITH OFFERED PRICES REFLECTED ON SECTION B UNDER CLIN 0001 AND CLIN 0002. FAILURE TO COMPLETE OFFER AS PRESCRIBED WILL RENDER OFFER AS NONRESPONSIVE. BASIS OF AWARD: PRICE ONLY. AWARD WILL BE MADE TO THE LOWEST PRICED QUOTE THAT FULFILLS ALL THE GOVERNMENT SPECIFICATIONS DESCRIBED IN THIS SOLICITATION, QUOTES THAT FAIL TO MEET THE GOVERNMENT’S SCHEDULE OF SOUGHT ITEMS AND ALL DESCRIBED SPECIFICATIONS WILL BE DEEMED UNACCEPTABLE AND DISQUALIFIED FROM COMPETITION. IAW FAR 52.204-7 BY SUBMISSION OF AN OFFER, THE OFFEROR ACKNOWLEDGES THE REQUIREMENT THAT A PROSPECTIVE AWARDEE SHALL BE REGISTERED IN THE SAM DATABASE PRIOR TO AWARD, DURING PERFORMANCE, AND THROUGH FINAL PAYMENT OF ANY CONTRACT RESULTING FROM THIS SOLICITATION. THE SYSTEM FOR AWARD MANAGEMENT (SAM) IS THE OFFICIAL U.S. GOVERNMENT SYSTEM THAT CONSOLIDATED THE CAPABILITIES OF CCR/FEDREG, ORCA, AND EPLS. THERE IS NO FEE TO REGISTER FOR THIS SITE. ENTITIES MAY REGISTER AT NO COST DIRECTLY FROM HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/ LACK OF REGISTRATION IN THE SAM DATABASE WILL MAKE A QUOTER INELIGIBLE FOR AWARD. VENDOR MUST ALSO BE REGISTERED IN WIDE AREA WORKFLOW TO RECEIVE PAYMENT THROUGH ELECTRONIC FUNDS TRANSFER. TO ADDRESS THE INSTALLATION COMPLEXITIES OF THESE SECURITY SYSTEMS, A SITE VISIT WILL BE HELD ON MARCH 12, 2026 AT FT.BUCHANAN, USPFO-PR WAREHOUSE BLDG 541, BORINQUENER RD. (PLEASE REVIEW ATTENDANCE REQUIREMENTS DETAILS CONTAINED IN THE NOTICE). DUE DATE TO RECEIVE QUESTIONS IS SET FOR MARCH 17, 2026 AT 2:00PM EST (LOCAL TIME). THE GOVERNMENT INTENDS TO PROVIDE THEIR RESPONSES IN OR AROUND CLOSE OF BUSINESS (4:00PM EST), MARCH 24, 2026. DUE DATE TO SUBMIT OFFERS HAS BEEN SET FOR MARCH 27, 2026, AT 11:00AM EST (LOCAL TIME). OFFERORS ARE ENCOURAGED TO SUBMIT RELEVANT ATTACHMENTS TO SUPPORT SUGGESTED ACCESS SYSTEM SOLUTION FEATURES AND/OR FUCTIONALITIES AND REFERENCES OF HAVING EXPERIENCE IN SIMILAR PROJECTS. DUE TO SECURITY CONDITIONS, ALL OFFERORS MUST REGISTER TO ATTEND SITE VISITS AT BOTH SITES. EMAIL THE FOLLOWING INFORMATION FOR ALL ATTENDEES TO ANGEL F. SOLIS-CONTRACT SPECIALIST AT THE FOLLOWING ADDRESS: ANGEL.SOLIS.2@US.AF.MIL FIRM NAME AND TELEPHONE NUMBER VISITOR’S NAME AND SOCIAL SECURITY NO. REAL ID DRIVERS LICENSE (COPY) DATE OF BIRTH CITIZENSHIP THIS INFORMATION MUST BE PROVIDED IN ADVANCE NO LATER THAN MARCH 10, 2026 AT 2:00PM EST (LOCAL TIME), IN ORDER TO ENSURE EXPEDIENT ACCESS TO THE MILITARY BASES ENSURE TO PLAN ACCORDINLY TO ARRIVE EARLY ON THE SET FOR THE SITE VISITS ON MARCH 12, 2026. SITE VISIT AT FT. BUCHANAN WILL BE HELD AT 9:30AM AND AT CAMP SANTIAGO JOINT TRAINING CENTER AT 12:30PM RESPECTIVELY. THE FURNISHING OF THE ABOVE INFORMATION IS VOLUNTARY; HOWEVER, YOUR FAILURE TO FURNISH ALL OR PART OF THE REQUESTED INFORMATION MAY RESULT IN THE GOVERNMENT’S DENIAL OF YOUR ACCESS TO THE SITE VISITS. THIS INFORMATION WILL BE PROVIDED TO THE BASE INSTALLATION SECURITY WHO WILL AUTHORIZE YOUR ENTRANCE TO THE SITE. VISITORS MUST REPORT AT THE REFERENCED INSTALLATION (S) MAIN ENTRY GATE WHERE THE SITE VISITS WILL TAKE PLACE AND BE ALOWED THE ISSUE OF A BASE ACCESS BADGE. YOU WILL BE REQUIRED TO PRESENT THE FOLLOWING INFORMATION UPON ARRIVAL: (1) VEHICLE REGISTRATION, (2) VALID DRIVERS LICENSE, (3) SAFETY INSPECTION AND CAR RENTAL AGREEMENT IF APPLICABLE. ANY OF THE ABOVE INFORMATION FURNISHED BY YOU IS PROTECTED UNDER THE PRIVACY ACT AND SHALL NOT BE RELEASED UNLESS PERMITTED BY LAW AND/OR YOU HAVE CONSENTED TO SUCH. INFORMATION PROVIDED AT THIS SITE VISIT SHALL NOT MODIFY THE TERMS AND CONDITIONS OF THE SOLICITATION AND SPECIFICATIONS. TERMS OF THE SOLICITATION AND SPECIFICATIONS REMAIN UNCHANGED UNLESS THE SOLICITATION IS AMENDED IN WRITING. IF AN AMENDMENT IS ISSUED, NORMAL PROCEDURES RELATING TO THE ACKNOWLEDGMENT AND RECEIPT OF SOLICITATION AMENDMENTS SHALL APPLY. A RECORD OF THE CONFERENCE SHALL BE MADE AND FURNISHED TO ALL PROSPECTIVE BIDDERS VIA POSTING AT HTTPS://SAM.GOV. THE RECORD WILL INCLUDE QUESTIONS (ON A NON-ATTRIBUTION BASIS) AND ANSWERS. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS: SUBMIT ALL QUESTIONS IN THE FORMAT SHOWN BELOW BY EMAIL TO THE CONTRACTING OFFICE AT THE ADDRESSES SHOW BELOW. DO NOT CONTACT THE CONSTRUCTION AND FACILITIES MANAGEMENT OFFICE (CFMO) DIRECTLY. DOING SO WILL ONLY DELAY YOUR ANSWER. ALL QUESTIONS MUST COME THROUGH THE CONTRACTING OFFICE. SUBJECT LINE: REFERENCE NO. SOLICITATION W912LR26QA011 EMAIL: ANGEL.SOLIS.2@US.AF.MIL PRE-BID INQUIRY FORMAT DATE OF BID INQUIRY: _______________ FROM: ______________________________ COMPANY NAME: ________________________________ ADDRESS:__________________________________________________________________________ PHONE NUMBER: _____________________________ FAX NUMBER:______________________________ EMAIL ADDRESS: ________________________________________________________________________ 2026-03-30 2026-03-30 Ft Eustis Cranes and Hoist Inspection, Maintenance and Repair FA480026Q0009 Solicitation DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR COMBAT COMMAND > FA4800 633 CONS PKP This is a non-personal services contract to provide cranes and hoists inspection and Preventative Maintenance. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn, is responsible to the Government. The contractor shall provide all management, tools, supplies, equipment, transportation, materials, supervision and other non-personal services necessary to perform inspection, maintenance, and repair of the Cranes/Hoists Inspection, Maintenance and Repairs on Joint Base Langley-Eustis (JBLE), Eustis, VA, in a manner that will ensure continuous and safe operation. The contractor shall perform to the standards in this PWS. All maintenance work shall be in accordance with commercial practices or manufacturers' specifications. 2026-04-13 2026-03-30 Protestant Administrative Religious Education W912C326QA005 Solicitation DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION INSTALLATION CONTRACTING COMMAND > 419TH CSB > W6QM MICC-FORT BUCHANAN (RC) The acquisition is being solicited under Request for Quotes (RFQ) W912C326QA005 as 100% Small Business Set-Aside. The NAICS code is 813110 with a size standard of $13 Million. The Mission and Installation Contracting Command, MICC-Fort Buchanan has a requirement for Protestant Administrative Religious Education Coordinator at Fort Buchanan Puerto Rico. Quoters are requested to review the solicitation and submit only written questions and/or comments with email subject line reference: Ref: Solicitation Number W912C326QA005 Questions and/or comments Protestant Administrative Religious Education Coordinator. All questions must be submitted no later than 3 April 2026, 10:30 AM AST (or as amended) after solicitation has been posted to allow a reasonable time for the Government to respond. All questions submitted after that date and time may not be answered.See solicitation for all details. Quotes shall be submitted electronically via email and are due no later than 13 April 2026, 10:30 AM AST (or as amended) and must conform to the requirements of this Request for Quote (RFQ). RFQ responses shall be submitted prior to the closing date and time identified above electronically through email to the Contract Specialist, Harvey Odom at harvey.odom.civ@army.mil and Contracting Officer, Eileen Rivera at eileen.z. riveradomenech.civ@army.mil. It is the Quoter's responsibility to ensure a quote is received by the date and time specified. If quote is not received by the date and time specified above and determined late, it will not be evaluated. Quoter's are hereby notified that the Government will not reimburse costs incurred for quote preparation 2026-04-15 2026-03-30 91--AK-YUKON FLATS NWR-BPA AVIATION FUEL 140FS126Q0054 Combined Synopsis/Solicitation INTERIOR, DEPARTMENT OF THE > US FISH AND WILDLIFE SERVICE > FWS, SAT TEAM 1 AK-YUKON FLATS NWR-BPA AVIATION FUEL 2026-04-07 2026-03-30 Repair of Module Assembly, Pilot 70Z03826QJ0000104 Combined Synopsis/Solicitation HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > AVIATION LOGISTICS CENTER (ALC)(00038) A00004 - The response date for this contract opportunity has been extended until April 7, 2026 at 2:00 PM EDT. A00003 - The response date for this contract opportunity has been extended until March 30, 2026 at 2:00 PM EDT. A00002 - The response date for this contract opportunity has been extended until March 23, 2026 at 2:00 PM EDT. A00001 - The response date for this contract opportunity has been extended until March 16, 2026 at 2:00 PM EDT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.201, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03826QJ0000104 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, IAW the Revolutionary FAR Overhaul (RFO). The applicable North American Industry Classification Standard Code is 488190. The small business size standard is $40 million. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order will be awarded for the repair of Module Assembly, Pilot on a competitive basis as a result of this synopsis/solicitation. Pricing should be provided on Attachment 1 – Schedule - 70Z03826QJ0000104. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Please carefully review the following attachments for additional information and requirements: ATTACHMENT 1-“SCHEDULE-70Z03826QJ0000104” ATTACHMENT 2–“STATEMENT OF WORK-70Z03826QJ0000104” ATTACHMENT 3 -“TERMS AND CONDITIONS – 70Z03826QJ0000104” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA ATTACHMENT 4 -“WAGE DETERMINATION FLORIDA-70Z03826QJ0000104” ATTACHMENT 5 -“WAGE DETERMINATION CONNECTICUT-70Z03826QJ0000104” Closing date and time for receipt of offers is 04/07/2026 at 2:00PM EDT . Anticipated award date is on or about 04/09/2026 . E-mail quotations may be sent to Austin.R.Ivins@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03826QJ0000104 in subject line. 2024-03-17 2026-03-30 M5-Q52A-04-R6: 65VII Invitro Diagnostics, Reagents, Test Kits, & Test Sets M5Q52A04R6 Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NAC FEDERAL SUPPLY SCHEDULE (36F797) This amendment incorporates GSAM Clause 552.238-120 Economic Price Adjustment – Federal Supply Schedule Contracts (Tailored) (Sep 2024), updates Responsibility Evaluation dated October 2025, and updates the Signature Authority form dated August 2025. 2026-04-06 2026-03-30 PKA - RFQ for Courier Services - 6 MDG FA481426Q0028 Solicitation DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR MOBILITY COMMAND > FA4814 6 CONS PK Amenment 1 - The purpose of this amenment is to post the goverment's responses to the Questions submited by vendors. The following documents were uploaded and updated. - Attachment 4 Q&A - Attachment 5 PWS - RFQ FA481426Q0028P00001 Amenment 1 The new response time for this solicitation is 4/6/2026 12:00 PM EST. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- The purpose of this solicitation is for 6th Medical Group courier service requirement, the contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform to pick up and deliver medical supplies, medical records, mail, laboratory specimens, diagnostic imaging films, to and from their locations listed in the Performance Work Statement (PWS). 2026-04-07 2026-03-30 Jet Fusion 3D printer, Jet Fusion 3D processing station, Jet Fusion build unit, and kit equipment W519TC26QA115 Solicitation DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI > W6QK ACC-RI This action is restricted to authorized HP vendors and distributors. Pricing is to be complete on Attachment 0003 - Pricing Sky Foundry HP Jet Fusion Printers in accordance with RIPD: E4000-26-3-22 2026-04-09 2026-03-30 Demolition of Cavity Wall complete with labor and material 191N6526Q0026 Solicitation STATE, DEPARTMENT OF > STATE, DEPARTMENT OF > US EMBASSY NEW DELHI The American Embassy invites you to submit your lowest prices for the demolition of the cavity walls at the U.S. Embassy, New Delhi. Please email your quotation to newdelhibids@state.gov no later than 02:00 a.m. (New Delhi, India) on April 9, 2026. Prospective offerors wishing to participate in the site visit scheduled for April 6, 2026, at 1100 hours at the U.S. Embassy (Gate #2, Shantipath, Chanakyapuri, New Delhi – 110021) must send their confirmation to kamathsp@state/gov no later than 1200 hours on April 2, 2026 , as those who do not attend the site visit will not be considered for the solicitation process. Offers submitted to any other email address will not be considered for further evaluation. 2026-04-08 2026-03-30 Maintain Pavement Markings FA660626B0001 Solicitation DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE RESERVE COMMAND > FA6606 439 CONF PK ***2026.03.30- RFI 05_Maintain Pavement Markings_2026.03.30 has been uploaded to this site.*** ***2026.03.27- RFI 04_Maintain Pavement Markings_2026.03.27 has been uploaded to this site.*** ***2026.03.19 - RFI 03_Maintain Pavement Markings_2026.03.19 and RFI 03_Picture of Compass Rose has been uploaded to this site.*** ***2026.03.18 - YTPM 25-3001_Site Visit Sign In Sheet_2026.03.18 has been uploaded to this site.*** ***2026.03.18 - RFI 02_Maintain Pavement Markings_2026.03.18 has been uploaded to this site.*** ***2026.03.13 - RFI 01_Maintain Pavement Markings_2026.03.13 has been uploaded to this site.*** Solicitation FA6606-26-B-0001 is now available. The documents have been uploaded on this site. If you have any questions or comments accessing the solicitation on SAM.gov please call or email Joshua Belliveau, Contracting Officer, joshua.belliveau@us.af.mil; 413-557-3835. 2026-04-02 2026-03-30 Charter Vessel Services- Sources Sought N68836NCG2VESSEL Sources Sought DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC JACKSONVILLE > NAVSUP FLT LOG CTR JACKSONVILLE Sources Sought Notice – Market Research for Vessel Charter Services The Government is conducting market research to identify qualified and interested sources capable of providing Vessel Charter Services in support of Government operations. The contractor shall provide a safe, capable, and fully operational vessel platform, including all personnel, equipment, tools, materials, supervision, and other items necessary to support Government diver training exercises, as further described in the attached draft Performance Work Statement (PWS). This notice is issued solely for market research purposes and is not a solicitation, request for proposal, or request for quotation. No contract award will be made as a result of this notice. Interested vendors are requested to review the attached draft PWS and submit the following information: Company Name Point of Contact (POC) CAGE Code UEI Business Size Status under applicable NAICS code Capability statement demonstrating relevant experience providing similar vessel charter services Submission of information is voluntary and intended only to assist the Government in acquisition planning and market research. n/a 2026-03-30 Regional Communications System (RCS) subscription N6328526PS010 Award Notice DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP OTHER HCA > MISC > NCIS QUANTICO VA The contract was awarded without a set aside to San Diego County as Regional Communications System (RCS) is proprietary to the County. Attached is the Sole Source Justification (SSJ). 2026-04-06 2026-03-30 Owego LTC Price Pending Add SPE4AX26R0020 Sources Sought DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY > DLA AVIATION > DLA AV RICHMOND > DLA AVIATION Owego Price Pending Items SOURCES SOUGHT FOR Lockheed Martin SOLE SOURCE ITEMS. DISCLAIMER: This Sources Sought Notice is for informational purposes only. A sources sought is a means of conducting market research to seek possible sources for a project, and to determine if a set-aside of a type is appropriate. The sources sought process is not restricted to small businesses. In many cases, large businesses should also respond with capability statements, as this will provide a clearer understanding of the current market. Based on the information received in response to this notice, the Government may change the initial acquisition strategy. This Sources Sought Notice does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not quotes, offers or proposals. The Government is under no obligation to award a contract because of this announcement. Funds are not available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. The Defense Logistics Agency (DLA) is issuing this Sources Sought Notice to determine if other companies are capable of manufacturing, or legitimately obtaining the items listed and included as Attachment 1 to this announcement. DLA intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. Items are sole source to Lockheed Martin Corporation, and this is the only known source of supply. If items are determined to not be sole source to Lockheed Martin, they shall be removed from the effort. The Government intends to add NSNs on to a long-term contract (LTC), which is a price pending contract that is part of a subsumable under Captains of Industry (COI) contract – SPE4AX-22-D-9000. Interested and responsible sources who consider themselves qualified to manufacture, or legitimately obtain the items listed under Attachment 1, are invited to submit a response to this Sources Sought by April 6, 2026. Responses must include the name and address of the company, CAGE code, business size status, point of contact name, title, phone, and email. Responses should also include a capability statement demonstrating the company’s ability to meet this requirement and include documentation demonstrating adequate financial resources, satisfactory record of integrity and business ethics, experience, accounting and operational controls, technical skills, management resources and facilities, or the ability to obtain them. Submit responses to Bobby.Hornsby@dla.mil by 5:00 PM (EDT). Telephone inquiries will not be accepted or acknowledged. Feedback or evaluations will not be provided to sources regarding their submission. A determination not to compete this requirement based upon responses to this notice is solely at the discretion of the Government. 2024-07-10 2026-03-30 Comprehensive Medical Services - FPC Pensacola 15BFA023R00000007 Solicitation JUSTICE, DEPARTMENT OF > FEDERAL PRISON SYSTEM / BUREAU OF PRISONS > FAO Cancellation - Comprehensive Medical Services - FPC Pensacola 2026-04-30 2026-03-30 Solicitation - Maks AAF, LA COCO Alongside Aircraft Refueling SPE603-26-R-0514 Solicitation DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY > DLA ENERGY > DLA ENERGY CONTRACTOR-OWNED, CONTRACTOR-OPERATED (COCO) FUEL STORAGE SERVICES AT MAKS AAF, LA Defense Logistics Agency (DLA) - Energy - FESDB is issuing a Request for Proposal (RFP) for Alongside Aircraft Refueling Services to include managing, maintaining, and operating Contractor-Owned, Contractor-Operated (COCO) facilities and equipment at Maks Army Airfield (AAF), LA. The Contractor will ensure safe, accurate, and timely handling, quality control, and accountability of all Defense Wide Working Capital Fund (DWWCF)-owned petroleum products under their control. The Contractor will perform required maintenance to ensure facilities, associated systems, vehicles, and equipment remain operational to meet the base mission. The Contractor will comply with environmental protection, safety, and security directives. The Contractor will conduct required training to ensure personnel are fully qualified to perform Performance Work Statement (PWS) tasks. Tasks identified in the PWS are performed by either the Contractor or Government as specified in Section C-3.0 Performance Requirements. The Contractor shall conduct all necessary fuels operations to support base operations, airshows and special events, deployments, exercises, and contingencies under normal conditions, as well as, during periods of heightened security, inclement weather, or other unique situations. Operations must be safely and efficiently conducted to receive, store, transfer, issue, and account for products with appropriate controls to ensure fuel quality, maintain inventory accuracy, and ensure no environmental impact. The Contractor shall operate and maintain the self-service automated service station facilities, equipment, and systems and ensure sufficient product is available to provide 24 hours a day, seven days a week support of ground fuels. The Contractor shall perform required tasks to ensure fuel is properly accounted for and issued to only authorized users. This procurement is 100% set aside for Service-Disabled Veteran Owned Business (SDVOSB) under NAICS code 493190 (Other Warehouse and Storage). The Government anticipates awarding a firm fixed-price contract. The resultant contract will include a four-year base period of performance with one five-year option in accordance with (IAW) FAR 52.217-9. Additionally, an option not to exceed six months IAW FAR 52.217-8 will be included in the solicitation. This procurement is solicited under full and open competition after exclusion of sources. DLA Energy is working towards posting the solicitation in the April 2025 timeframe. The RFP will close 30 days after posting. 2026-04-14 2026-03-30 RFI for PLATE, IDENTIFICATION / NSN: 9905-01-482-0188 W912CH-26-Q-0037 Sources Sought DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-DTA > W6QK ACC- DTA Noun: PLATE, IDENTIFICATION NOTICE Type: Sources Sought / Market Research for PLATE, IDENTIFICATION This is a Sources Sought Notice used for RFI / MARKET RESEARCH to request information for Government planning purposes only. Responses will assist the Government in planning its acquisition strategy for a potential future acquisition. The Government is not committed to issue a solicitation or award a contract as a result of this announcement. Army Contracting Command - Detroit Arsenal (ACC-DTA) is seeking qualified and capable potential vendors for a Firm-Fixed Price (FFP), one-time buy for the manufacture of the following item(s). The images and drawings provided with this Sources Sought Notice are Distribution D. Noun: PLATE, IDENTIFICATION Note: One-time buy NSN: 9905-01-482-0188 Part number: 12446235 Quantity: 8 EA NAICS Codes: 332999 Requirements of this procurement: IUID: N/A Higher Level Requirements: ISO 9001:2015 (21 Oct 2015) or equivalent Hazardous Material: N/A FOB: Destination Packaging: Military B Distribution Level & Export Control: The Technical Data Package will be released with this Sources Sought Notice. The Distribution Level is Distribution D and Export Controlled. Your firm must have valid certification under the United States / Canada Joint Certification Program (JCP) (https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/) to be granted access to the technical data package (TDP). To register, or to re-register, please follow the instructions on the JCP website. Registration can take several weeks. For technical assistance in doing business with the Government and doing business electronically, please visit the Procurement Technical Assistance Center (PTAC) website at http://www.aptac-us.org/ to locate a regional center. The Government is seeking to gain knowledge of interest, capabilities, and qualifications of industry, to include both small and large businesses. If your company is interested and can demonstrate the firm’s ability, capability, and responsibility to deliver the equipment summarized above, we encourage you to respond to this announcement with a statement of your qualifications and capability. Add your name to the Interested Vendors list on SAM.gov under this Sources Sought Notice. The vendor list is private, only the Contract Specialist can view the vendor list. When updates are posted to this Notice, you should receive updates automatically. Please provide the following information in a document via email (contact information is below): 1. Name and address of the firm 2. CAGE Code (valid System for Award Management (SAM), is mandatory. 3. Point of Contact (name, phone number, and email address). 4. Company’s business size status (small or large). If claiming small business status, the information must be verifiable in SAM. 5. Summary of your company’s expertise in the manufacturing of the part. Statements of your firm’s expertise. 6. Summary of your company’s delivery capability. 7. Summary of the place of performance. 8. Is the NAICS Code appropriate for the items being requested? 9. Can you confirm if this is a commercial or noncommercial buy? 10. Estimate of production lead time? Monthly delivery rate? All interested firms and manufacturers, regardless of size, may respond to this request for information. Information submissions can include product literature and illustrations, relevant company background/experience. Information submissions must be received no later than 15 days following posting of this notice. Again, this information is being requested for Government planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government will not award a contract based upon responses to this announcement. The Government will not reimburse or pay any costs for preparing or submitting information in response to this notice. Questions, additional information, and Government responses will be shared and added to this notice in SAM.gov. Thank you for your interest in this Sources Sought Notice. Submit questions and the required information via email to: Zachary Wiegand – Contract Specialist Zachary.k.wiegand.civ@army.mil 2026-04-10 2026-03-30 DRY DOCK USCG BEAR FY26 UPDD 70Z08026QMECP0008 Solicitation HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 1(00080) USCGC BEAR POC: KS Petal Donald at Petal.C.Donald@uscg.mil 2026-03-30 2026-03-30 S208--Grounds Maintenance - NWI 36C26326Q0397 Combined Synopsis/Solicitation VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NETWORK CONTRACT OFFICE 23 (36C263) This is an amendment to a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation number 36C26326Q0397 is cancelled because line items were not accurate to the work being performed.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches