Commerical Solutions Opening - GRL Dept Of Defense
The Department of Defense, through the Engineer Research and Development Center (ERDC) Geospatial Research Laboratory (GRL), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial technologies and services. The solicitation aims to enhance mission command environments, develop full 3D mapping capabilities, and advance remote sensing technologies, inviting proposals for both existing technologies and new applications that address geospatial capabilities. Proposals will be evaluated based on technical innovation, relevance to agency needs, and pricing, with a maximum of two submission volumes allowed. The solicitation is open until June 30, 2026, and interested parties can contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil for further information.
24-13-1027 CNC UNIVERSAL MILLING MACHINE Dept Of Defense
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one DMC 270 FD Portal Series CNC Universal Milling Machine, as outlined in solicitation SPE4A8-25-R-0008. The updated requirements include significant enhancements such as an upgraded Siemens Sinumerik One CNC controller, increased spindle power from 40 horsepower to 56 horsepower, and the addition of safety features including grating and support structures in compliance with OSHA standards. This machine is critical for various manufacturing processes, including milling, turning, and profile grinding, and the contract is expected to be awarded following the extended closing date of December 23, 2025. Interested vendors should direct inquiries to Christina Gibbs at christina.gibbs@dla.mil.
Universal Joints - Precision Gears Dept Of Defense
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to manufacture universal joints as part of a Request for Sources Sought (RFS) issued by the Rock Island Arsenal Joint Manufacturing Technology Center. The procurement aims to identify sources capable of producing two precision gears that meet specific requirements, including a static torque rating of 9000 in-lbs and a minimum compression or tension load of 10,000 lbs, utilizing steel alloy per ASTM A340 standards. These components are critical for the manufacturing of self-propelled artillery, highlighting their importance in military applications. Interested vendors must respond by 1000 CT on December 16, 2025, and can contact Brandy Huesmann or John Jacobsen via email for further information and to request access to controlled drawings.
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two drilling machines under solicitation number NSN 3413013154541. The requirement includes the delivery of these machines within 167 days after order, with approved sources being specified in the solicitation. These drilling machines are critical for metalworking applications and support various defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
22-25-1009 two(2) Fives Giddings & Lewis PT 1500 Plain Table CNC Horizontal Boring Mills (HBM) with Integrated Contouring Heads (ICH) Dept Of Defense
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one Fives PT 1500 Plain Table CNC Horizontal Boring Mill (HBM) with an Integrated Contouring Head (ICH), with an option to purchase a second unit at a later date. This procurement aims to fulfill the government's requirements for advanced machining capabilities, which are critical for operations at the Puget Sound Naval Shipyard, including tooling, training, foundation work, and equipment removal. The solicitation has been amended to extend the closing date to December 29, 2025, and requires offers to remain valid for 120 days. Interested vendors should direct inquiries to Christina Gibbs at christina.gibbs@dla.mil for further details.
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Single Drum Roller, as outlined in a Combined Synopsis/Solicitation notice. This equipment is essential for construction and material handling operations, particularly in military settings, and falls under the NAICS code 333120 for Construction Machinery Manufacturing. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Christopher Barlow at christopher.l.barlow.civ@army.mil or by phone at 573-596-2457, or reach out to James Ferraro at james.a.ferraro.civ@army.mil or 573-563-2910.
Soraluce FLP 4000 Universal Floor Type 6-Axis Milling Center outfitted with the Soraluce Dynamics Active Stabilizer Plus (DAS+) or equivalent 6-Axis Universal Floor Type Milling Center with active dampening system equivalent to the DAS+. Dept Of Defense
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify vendors capable of supplying a Soraluce FLP 4000 Universal Floor Type 6-Axis Milling Center equipped with the Soraluce Dynamics Active Stabilizer Plus (DAS+) or an equivalent system. This procurement includes not only the milling center but also comprehensive turnkey services such as installation, removal of existing equipment, foundation work, shipping, tooling, training, and technical documentation. The equipment will be utilized at the Fleet Readiness Center-EAST in Cherry Point, North Carolina, highlighting its significance in supporting military readiness and operational capabilities. Interested parties are encouraged to submit their capabilities by emailing avnipemarketresearch@dla.mil, with responses due by the closing date of the SAM.gov posting, as this is a sources sought notice and not a formal solicitation.
PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA Dept Of Defense
Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana
The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00.
The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding.
The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks.
The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price.
Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024.
To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil.
The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE Interior, Department Of The
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS) Dept Of Defense
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.