** Amendment 0002** Video Production and Video Streaming Services Base Indefinite Delivery Indefinite Quantity (IDIQ) Contract
ID: W911QX25QA002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Motion Picture and Video Production (512110)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL (T016)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide video production and streaming services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a ceiling of $750,000 over three years. The primary objective is to enhance communication and collaboration among stakeholders by producing high-quality video content, including live and recorded events, while ensuring compliance with Section 508 accessibility standards. This contract is particularly significant as it aims to showcase the Army's research achievements and facilitate public engagement through multimedia content. Interested small businesses must submit their proposals by July 18, 2025, and can direct inquiries to Myoung J. Kang-Jones at myoung.j.kang-jones.civ@army.mil or by phone at 520-672-9558.

    Point(s) of Contact
    Files
    Title
    Posted
    The purpose of the Performance Work Statement (PWS) dated June 17, 2025, is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for video production and streaming services to support the U.S. Army Combat Capabilities Development Command's Army Research Laboratory (ARL). This effort aims to enhance collaboration between various stakeholders, including academia, industry, and government agencies, through effective video communication. The scope includes requirements for the contractor to provide personnel and technology for video streaming events, which can be live, virtual, or hybrid. Technical requirements mandate high-definition video quality and broadcast-quality sound recording. The contractor's responsibilities extend to both video production and streaming, ensuring that all events and products meet strict quality standards. Deliverables will include various types of videos, along with scripts and production materials, while adhering to compliance regulations. The document emphasizes the need for dedicated support for long-term projects, with detailed guidelines for travel, location of service, and personnel qualifications. The overarching goal is to effectively showcase ARL’s achievements and capabilities, facilitating public and departmental engagement while adhering to government security protocols.
    The document outlines a solicitation for a combined synopsis for Video Production and Streaming Services as part of an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Amendment 0001 serves to provide responses to industry questions, extending the solicitation closing date to July 18, 2025. The solicitation, designated W911QX25QA002, is exclusively set aside for small businesses and details multiple task orders for video services over a three-year period. It includes various Contract Line Item Numbers (CLINs) for labor, materials, travel, and data deliverables, each defined in the attached Performance Work Statements (PWS). Evaluation criteria emphasize technical capabilities, past performance, and pricing, with an emphasis on past performance deemed acceptable for eligibility. Offerors must demonstrate video capabilities through samples and past service records. The contract may reach a maximum of $750,000, with the government reserving the right to select based on merits beyond just pricing. Submission must be electronic, and the document includes crucial FAR/DFARS clauses applicable to the acquisition, ensuring compliance with federal regulations. Overall, this solicitation reflects the government's commitment to acquiring high-quality video production services through structured evaluation and support for small businesses.
    This document is a Combined Synopsis/Solicitation for Video Production and Streaming Services, managed by the U.S. Army Research Laboratory. It has been amended to include revised Price-Rates and Provisions and Clauses. The solicitation (W911QX25QA002) is set aside for total small businesses with a size standard of $40 million and a closing date for responses on July 18, 2025. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) with a ceiling of $750,000 over three years. Proposals will be evaluated based on technical merit, past performance, and price, with an emphasis on technical satisfaction over price considerations. Offerors must provide up to four video samples showcasing their capabilities aligned with specific performance work statements. The document details the structure of proposals, evaluation criteria, and essential contract clauses. It also specifies that no additional questions will be entertained post the amendment, indicating a strict timeline and adherence to set guidelines for participation in this solicitation.
    This government solicitation seeks proposals for Video Production and Video Streaming Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, designated with solicitation number W911QX25QA002. It is a 100% Small Business Set-Aside, specifically targeting businesses under the NAICS code 512110, with a maximum award ceiling of $750,000 over a three-year ordering period. The contract includes multiple Contract Line Item Numbers (CLINs) for labor, materials, travel, and data deliverables, each with established performance work statements for individual task orders. The proposal evaluation criteria emphasize Technical capability, Past Performance, and Price, with technical and past performance considered equally important, significantly outweighing price alone. Interested offerors must submit examples of their video work and detailed information on past projects to demonstrate their capability. Responses are required by July 11, 2025, and submissions must comply with specified formats while encompassing a variety of FAR and DFARS contract provisions. The solicitation includes particular elements, such as quality benchmarks, compliance with contracting regulations, and requirements for contractor personnel. The overarching goal is to provide enhanced media services to the U.S. Army Research Laboratory at Aberdeen Proving Ground, MD.
    This document outlines the Contract Data Requirements List for Video Production and Video Streaming Services associated with the United States Army Research Laboratory under contract PR# 0012282578. It details six data items required from the contractor, including a Final Report, Production Equipment List, Monthly Status Report, Final Scientific and Technical Report, Contract Invoicing and Payment Report, and Invoices. Each item specifies submission formats, timelines, and requirements for electronic delivery, preferably through email or secure file exchange. Highlights include the need for a digital version of final copies within seven days post-event and monthly updates detailing work progress and financial summaries. The document emphasizes compliance with specified guidelines and reporting structures, guaranteeing structured communication and accountability in the execution of the contract activities and financial management. It aligns with federal procurement standards to ensure efficient handling of government RFPs and expenditures in project management.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract focused on Video Production and Video Streaming Services. It is structured to deliver specific data items required throughout the contract, identified by unique Data Item Numbers (DINs). The primary data items include a Final Report summarizing video productions, a Production Equipment List, a Monthly Status Report detailing project progress and funding usage, and a Final Financial Report alongside all invoices. The contractor must provide various reports electronically, with preferred secure delivery methods highlighted. Timelines for submitting these reports are clearly defined, such as draft video versions within seven days of events and monthly reports by the fifth day of each month. The final report, which compiles all videos and financial details, is due with the last monthly report. This systematic documentation requirement establishes transparency and accountability for the project's financial and operational aspects, reflecting the rigor of government processes in managing federal contracts.
    The document outlines the Contract Data Requirements List for Task Order Two under Contract PR# 0012282579, detailing data item submissions required by the contractor for video production and related projects for the United States Army Research Laboratory. Key data items include a Final Report on video production, a Production Equipment List, a Monthly Status Report, Scientific and Technical Reports, and Contract Invoicing and Payment Reports. Each report must be delivered electronically, following specific timelines tied to project milestones, emphasizing compliance with contract guidelines. The contractor is required to provide summaries of project progress, financial details, and equipment necessities by set deadlines, ensuring a structured flow of information. The frequency of submissions varies based on the item, with monthly reports and specific project completion requirements noted. The focus is on organized communication between the contractor and the Army, facilitating transparency and accountability within federally funded initiatives. This comprehensive structure illustrates the necessary documentation and reporting expectations involved in government contracting processes, reflective of standard practices in federal grants and state/local RFPs.
    The document outlines the Contract Data Requirements List for Task Order Two related to the xTechSearch contract (PR# 0012282579), which focuses on video production and related services for the United States Army Research Laboratory. It specifies the delivery of various reports, including a Final Report, Scientific and Technical Reports, Monthly Status Reports, and monthly financial reporting. The contractor must provide digital submissions electronically via preferred secure channels. Key requirements include: the final video production report to be delivered within seven days post-approval; monthly status reports by the 5th day of each month detailing project progress and expenses; production equipment lists to be submitted within two business days of request; and final reports summarizing all project activities and finances to accompany the last monthly report. The document emphasizes adherence to set timelines, formats, and channels for submission, highlighting a structured approach to project management and accountability. This Contract Data Requirements List aligns with federal contracting norms, ensuring that measurable outputs are maintained throughout the contract term, reinforcing the importance of compliance in government-funded projects.
    The document outlines the evaluation criteria for a federal contract solicitation, emphasizing that the award will go to the most advantageous offeror based on technical merit, past performance, and price. Technical acceptability is a primary factor, requiring proposals to meet specified performance characteristics detailed in the Performance Work Statement (PWS). Offerors must submit comprehensive information, including necessary descriptive materials and at least four video samples demonstrating capabilities in scientific or research disciplines. Past performance will be assessed with an acceptable/unacceptable rating, where only those rated acceptable will qualify for award consideration. Offerors need to provide a minimum of four records of past engagements within the last 24 months, including client contacts and summaries of services. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) with a ceiling of $750,000 over three years, using Time and Material pricing. Technical and past performance evaluations are treated as equally important, overshadowing price considerations, allowing for potential awards that do not hinge solely on the lowest bid. This detailed framework is pivotal for ensuring the selection of competent vendors capable of fulfilling the government's needs effectively.
    The purpose of this Performance Work Statement (PWS) is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for video production and streaming services to support the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The ARL aims to enhance science operationalization through partnerships that accelerate technology transitions, primarily aimed at benefiting American Soldiers. The contractor will be responsible for providing all necessary personnel, equipment, and services required for video production and streaming, which includes capturing live and recorded events, managing online streaming logistics, and delivering high-quality video content that adheres to defined industry standards. Specific tasks encompass the creation of live, virtual, or hybrid events, delivering professional video products, and ensuring technical requirements such as high-definition video and sound quality are met. Key deliverables include original videography, editing, and associated production documentation, all performed under the oversight of a Contracting Officer's Representative (COR). The contractor should also possess essential experience in video production technologies and adhere to security and operational protocols stipulated for contractor personnel. This initiative aligns with government objectives by ensuring transparency and accessibility of the ARL's achievements. Overall, this contract is essential for showcasing the U.S. Army's innovative research and technological advancements.
    This document outlines the budgetary framework for Task Orders (TO) 0001 and 0002, spanning multiple years under federal and state RFP regulations. Each task order is split into three sections: a base year and two subsequent option years. Each section includes various cost elements, including labor, materials, travel-related expenses, and equipment, all of which are currently set at a quantity (QTY) of zero and a subtotal of $0.00. This suggests either early-stage planning or a placeholder format for anticipated future costs. The document is structured to allow for additional rows for item descriptions and further details as needed, indicating adaptability for filling project specifics. Overall, the primary purpose is to establish a comprehensive budgeting template for tasks to be executed over the specified period, maintaining transparency and compliance with federal grant and RFP standards. The focus remains on ensuring accurate accounting for labor, materials, travel, and equipment associated with the outlined projects.
    The document outlines various task orders related to a government Request for Proposal (RFP) for contracting purposes, detailing cost elements for base years and option years. Each task order includes sections for labor, materials, and other direct costs (ODC) such as travel and equipment, with placeholders for rates, quantities, and subtotals, all currently set to zero. Specifically, Task Orders 0001 and 0002 are addressed across multiple phases, emphasizing a systematic approach to project budgeting. Each order is structured into base and option years, indicating flexibility in contract duration and financial structuring. The sections for labor and material costs, along with travel and equipment expenses, are designed to allow for future entries as required. The document serves as a template for organizations responding to the RFP, providing clarity on expected costs and budget organization while maintaining compliance with federal and state guidelines. The emphasis on detailed cost breakdowns is vital for transparency and accountability in government contracting processes.
    The document titled W911QX25QA002 Amendment 0001 outlines federal guidelines regarding telecommunications and video surveillance equipment procurement as part of government contracts. It specifies that offerors must represent whether they supply or use covered telecommunications services, especially those deemed critical under Section 889 of the John S. McCain National Defense Authorization Act. The offeror is required to follow procedures to review excluded parties, disclose the use of such equipment or services, and provide detailed information if applicable. Additionally, the file outlines limitations for orders, contract terms, and definitions regarding small business participation, promoting the inclusion of small and disadvantaged businesses. The contract specifies that it is a Time & Materials type, detailing employee supervision, work hours, invoicing processes, and requirements for access to government facilities. Overall, the document emphasizes compliance with security and operational standards to mitigate risks associated with telecommunications services and to ensure transparency in government contracting processes.
    The document discusses the federal solicitation W911QX25QA002, specifically focusing on amendments regarding telecommunications and video surveillance equipment. It outlines requirements from the John S. McCain National Defense Authorization Act prohibiting certain telecommunications equipment from contracts associated with government services. Key sections include definitions, representations of contractors regarding the use of covered equipment, and the procurement prohibition procedures. Additionally, the solicitation covers clauses related to Time & Materials contracts, performance work statements, and the utilization of small businesses, ensuring compliance with various regulations. The document states that contracts must be executed by the US Army Contracting Command, highlighting the importance of oversight and direction from contracting officers and representatives. The structure is methodical, presenting amendments followed by detailed provisions, definitions, and clauses for compliance in contract execution. Ultimately, the document emphasizes adherence to regulations regarding telecommunications equipment, the process of contractor representations, oversight of contractor responsibilities, and the promotion of small business participation in federal contracts.
    The document outlines the Request for Proposal (RFP) W911QX25QA002 issued by the U.S. Army, seeking a contractor to provide non-personal services under a Time and Materials (T&M) contract for a three-year period. Key components include contact information for contract specialists and the contracting officer, as well as stipulations regarding the performance work statement (PWS), security training requirements, and invoicing processes. The intent is to procure video production and streaming services, necessitating contractors to demonstrate relevant expertise and possess necessary labor qualifications. The RFP emphasizes the need for strict adherence to schedule and performance metrics while ensuring compliance with government regulations. Additionally, it details expectations for proposals, including separate volumes for technical capabilities, past performance history, price/rate proposals, and required certifications. The proposal submission process is outlined, emphasizing the need for clarity and organization in submissions, along with stringent data handling practices. It sets guidelines for employee identification and government-facilitated training, underscoring compliance with operational security and training protocols, which are imperative when engaging with Army installations.
    The Basic Performance Work Statement (PWS) outlines the requirements for a federal contract to support video production and streaming services for the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). This IDIQ contract aims to facilitate collaboration among stakeholders by showcasing the ARL's achievements and research through various video formats. The contractor is responsible for providing personnel, equipment, and services necessary for video streaming events, which may be live, virtual, or hybrid, as well as producing video products like news releases and corporate videos. Key technical specifications include the need for high-definition video and broadcast-quality sound, with provisions for handling up to 20,000 concurrent viewers and delivering finished products in native high-resolution formats. The contract also mandates compliance with security and operational guidelines, including anti-terrorism and operational security training for contractor personnel. Deliverables will include both raw and edited video content, along with associated materials, ensuring proper approvals and quality control throughout the production process. Overall, the PWS emphasizes the importance of video as a communication tool to enhance public and stakeholder engagement with the Army's research efforts.
    The "Accessibility Requirements Tool" outlines compliance standards for Information and Communication Technology (ICT) under Section 508 of the Rehabilitation Act. It specifies that all electronic content, especially public-facing materials, must adhere to the Level A and AA Success Criteria of the WCAG 2.0, ensuring accessibility for users with disabilities. Additional stipulations include general accessibility for hardware and detailed functional performance criteria for individuals with various disabilities, such as visual, auditory, and cognitive limitations. Offerors are required to submit an Accessibility Conformance Report (ACR) for each ICT item, detailing how the products meet Section 508 standards and providing examples of user scenarios, including those involving disabled individuals to ensure equitable accessibility testing. The government retains the right to test the ICT items prior to acceptance, reinforcing the importance of accurate conformance claims. The document serves as guidance for government agencies to ensure accessibility in federal RFPs and grants, promoting inclusivity in ICT usage across various platforms and services.
    This document serves as a compilation of questions and answers related to a Request for Proposal (RFP) for video production and streaming services for the government. The RFP clarifies that the anticipated events typically span one to two days, requiring the contractor to be prepared for filming within 24 hours of notification. The standard post-event video delivery timeline remains 7 days, subject to alterations if necessary. Submissions should adhere to specified formatting rules, including page limits and font sizes. Essential details include historical requirements for video productions, typically indicating 4-8 events per year, and clarity on insurance needs for overseas work. The document outlines the need for compliance with Section 508 for accessibility. Furthermore, it identifies the incumbent contractor as Virtuo Group Corp, providing potential offerors with contextual insight into the bidding landscape. The document also emphasizes the importance of prior experience and expectations regarding surge requirements, including completion timeframes and expected crew sizes. Overall, the RFP aims to ensure clarity and compliance among offerors, facilitating streamlined proposal submissions and evaluation processes.
    The document is a Sources Sought Notice initiated by the federal government aimed at gathering information about potential contractors for video streaming and production services. It emphasizes that this is not a solicitation for proposals but a market research effort to identify capable suppliers, particularly among small businesses, including those classified as HUBZone, 8(a), SDVOSB, WOSB, and EDWOSB. The notice includes a deadline for responses by May 19, 2025, and requests potential respondents to provide details on their capabilities, business classification, and past experience. The notice outlines the NAICS code of 512110 with a size standard of $40 million, and highlights that interested parties must submit their information to the designated contact, with the performance expected to take place at Aberdeen Proving Ground, MD, over a three-year period. The government aims to ensure competitive opportunities while promoting involvement from various business classifications in the procurement process.
    The document outlines a Federal Request for Proposal (RFP) for video production and streaming services for the U.S. Army's Combat Capabilities Development Command Army Research Laboratory (ARL). The primary objective is to produce high-quality video content that showcases ARL's research advancements and achievements, enhancing communication among stakeholders. Key tasks include the production of videos ranging from under a minute to twenty minutes, with a deadline for final copies set at seven days post-event. The contractor is also responsible for managing streaming events, with a maximum of twelve such events over three years, primarily located at ARL in Maryland. Additionally, surge requirements may arise, demanding quick responses from the contractor. The contract spans 36 months, comprising a base period with options for extensions, and involves various deliverables, including monthly status and financial reports. There is an emphasis on security training and compliance for contractor personnel working on Army-controlled installations. Overall, the document illustrates ARL's commitment to operationalizing science and engaging the public through multimedia channels while ensuring high standards and compliance with military protocols.
    The U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL) seeks a contractor to provide video production and streaming services aimed at enhancing collaboration between stakeholders and government entities. This Performance Work Statement (PWS) outlines objectives, technical requirements, deliverables, and compliance standards for the contractor over a 36-month period. The contractor will produce videos of varying lengths, ensuring high production quality, and stream events predominantly from specified locations in Maryland. All content is intended for public release, with rigorous timelines for completion and revisions. Additionally, the contractor must adhere to Section 508 compliance, submit monthly status and financial reports, and follow travel guidelines for any required onsite work. The document emphasizes the necessity for security training and background checks for contractor personnel accessing Army controlled installations. The overall goal is to effectively communicate ARL's research achievements and further its mission through engaging multimedia content.
    The xTech Program, launched in 2018, serves as a crucial platform for nontraditional innovators to collaborate with the U.S. Army, enhancing the Army's ability to adapt to emerging technologies and real-world operational needs. This Task Order focuses on developing video documentaries that showcase the successes of the xTech Program, highlighting its impact on the Army and small businesses. Requirements include producing a variety of video content, such as commercials, instructional materials, and testimonials, with an emphasis on high production quality. The program facilitates up to 12 competitions annually, encouraging the submission of innovative solutions, and has awarded significant cash prizes and follow-on contracts. The contractor will handle video production across several events, including the AUSA Annual Meeting and CES, and must adhere to travel regulations and provide regular status and financial reports. Additionally, security protocols for contractor employees accessing Army installations are outlined. The period of performance spans across 36 months, aimed at promoting the program and its benefits through public release content.
    The xTech Program, initiated in 2018, provides a platform for nontraditional innovators to collaborate with the U.S. Army, facilitating market research and integrating emerging technologies into military operations. The program engages key stakeholders and has successfully conducted numerous competitions, receiving over 6,500 technology submissions, with a significant portion from new contributors to the Department of Defense. The current task order focuses on producing video documentaries to highlight the program's value, including testimonials from small businesses that have benefited from participation. Specific deliverables include commercials, instructional videos, and success stories, all required to comply with Section 508 standards. The contractor will handle video production, travel for interviews, and report regularly on project status and finances over a three-year period. Emphasizing public release, the task order aims to improve awareness of the xTech Program's contributions to the Army and its innovation ecosystem.
    Similar Opportunities
    R426--TV Programming Services for Puget Sound VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for TV Programming Services for the Puget Sound VA Health Care System, specifically for DirecTV programming across its Seattle and American Lake Campuses. The contract will cover a base year and four option years, running from February 1, 2026, to January 31, 2031, and will require the provision of 50-100 channels, utilizing existing DirecTV equipment while adhering to federal safety and security regulations. Interested small businesses must submit their offers, including a signed SF 1449 and proof of authorized DirecTV dealership, by the response deadline of December 19, 2025, at 3:00 PM Pacific Time, with further inquiries directed to Contracting Officer Peter Park at Peter.Park2@va.gov.
    Public Address/Visual Information and Television Broadcast System (PAVIS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking interested vendors for a service contract related to the maintenance and installation of the Public Address, Visual Information, and Television Broadcast System (PAVIS). The procurement aims to ensure the effective operation of PAVIS at the depot, which is crucial for communication and information dissemination within military operations. The contract will cover a base year plus two option years, commencing on February 27, 2026, and interested parties must submit their capabilities and company information by December 15, 2025, to Alicia Piercy at alicia.a.piercy.civ@army.mil.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    ACC-APG, Tobyhanna Division FY26 Fair Opportunity
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, is announcing a fair opportunity for upcoming competitive acquisitions in FY26. This initiative aims to enhance communication with stakeholders regarding various solicitations, which include services such as Video Surveillance System Maintenance, Basic Life Support Emergency Medical Services, and Minor Construction, among others. These services are critical for maintaining operational readiness and supporting the Army's diverse mission requirements. Interested parties should note that this posting is for informational purposes only, and no formal proposals should be submitted. For inquiries, contact Jenny Croughn at jenny.a.croughn.civ@army.mil or Kellie Coar at kellieann.k.coar.civ@army.mil. The estimated values for these contracts range from $250,000 to $600 million, with solicitations expected to be released primarily in the first three quarters of FY26.