Missile Defense Agency (MDA) SHIELD Multiple Award IDIQ Contract
ID: HQ085925RE001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEMISSILE DEFENSE AGENCY (MDA)MISSILE DEFENSE AGENCY (MDA)HUNTSVILLE, AL, 35898, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    The Missile Defense Agency (MDA) of the Department of Defense has announced the award of the Scalable Homeland Innovative Enterprise Layered Defense (SHIELD) Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) Contract, with the first phase of awards made to 1,014 qualifying offerors as of December 2, 2025. This contract aims to provide a flexible vehicle for MDA and other DoD entities to rapidly issue orders for research and development services in the physical, engineering, and life sciences sectors, with a maximum anticipated value of $151 billion over a potential 10-year performance period. The solicitation process has generated significant interest, and future opportunities for additional awards will be announced on SAM.gov, where interested parties can also find detailed information regarding proposal requirements and compliance. For inquiries, potential offerors can contact the SHIELD IDIQ Team at mda.schriever.cts.mbx.shield-idiq@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Attachment C-01 SHIELD NAICS Codes" document lists various NAICS codes and their corresponding functional areas. These codes cover a broad spectrum of industries, including manufacturing (electrical equipment, chemicals, plastics, metals, machinery, computers, communication equipment, semiconductors, vehicles, and arms), wholesale trade (industrial machinery), information services (data processing, web hosting), professional services (engineering, testing, computer programming, system design, research and development in various scientific fields), educational services (colleges, universities, professional schools, training), and public administration (space research, national security). The document appears to be an exhaustive compilation of relevant business activities, likely intended for identifying eligible contractors or partners for government projects, grants, or RFPs related to the SHIELD initiative.
    The document outlines the North American Industry Classification System (NAICS) codes relevant to various sectors engaged in federal and state government requests for proposals (RFPs), federal grants, and local RFPs. It categorizes industries related to electrical equipment manufacturing, gas and chemical production, metal building and component fabrication, ammunition and arms manufacturing, machinery creation, and aircraft and space vehicle production. Additional categories include computer systems design, engineering and testing services, and education and research institutions. Overall, this compilation serves to guide government contracting opportunities and facilitate the identification of eligible industries for various federal and state projects, thereby streamlining the procurement process.
    The document outlines instructions for completing the Monthly Contract Activity Report, an attachment to CDRL XXX. This report is crucial for federal government RFPs, federal grants, and state and local RFPs, specifically for the MDA SHIELD PMO to ingest data for dashboards. Key fields include Awarding Agency, Referenced IDV ID (master contract number), Award ID (for orders under an IDV), Modification Number, CAGE Code, NAICS Code, Date Signed, Period of Performance Start and Completion Dates, Action Obligation, Base and Exercised Options Value, and Base and All Options Value (Total Contract Value). The instructions detail how to fill each field, specifying when certain fields should be blank or how to calculate values like 'Action Obligation' and 'Total Contract Value' for new awards versus modifications. It also notes that new entries are added to the top and emphasizes completing the spreadsheet entirely. For classified activity, contract holders must contact the MDA IDIQ Contracting Office.
    The document outlines instructions for completing the Monthly Contract Activity Report, specifically for actions related to Indefinite Delivery Vehicles (IDVs) under the Missile Defense Agency (MDA) or other Department of Defense (DoD) agencies. It details the fields required in the report, such as the awarding agency, IDV contract number, award ID, modification number, CAGE code, NAICS code, and various dates (e.g., date signed, period of performance start and completion dates). The report must reflect financial details, including action obligations, base and exercised options value, and total contract value. Entries should be systematically included at the top of the spreadsheet, and guidance is provided for handling classified or atypical data. Overall, this document serves as a standard framework for ensuring consistency and accuracy in reporting contract activities associated with federal and state/local RFPs and grants.
    The document, titled "CDRL XXXX - Attachment X Contractor Profile Report Instructions," outlines the required information for a Contractor Profile Report, likely part of a federal government RFP or grant. This report serves as a public resource for market research, providing key details about contract holders for interested government customers. The instructions specify 13 data points to be included: Contract Holder Name, Master Contract Number (IDIQ), Business Size based on NAICS for the IDIQ Award, Program Manager's Name, Email Address, and Phone Number, Additional Points of Contact and their Email Addresses, Internet Presence (website link), DUNS, UEI, CAGE code, and the date the Capability Statement was last reviewed/updated. The document emphasizes the importance of keeping this information current and verifying the capability statement with the first order issuance.
    The document provides instructions for completing a Contractor Profile Report associated with the MDA SHIELD contract under an Indefinite Delivery Indefinite Quantity (IDIQ) award. Key components required in the report include the contract holder's name, master contract number, business size based on the NAICS code, and contact information for the Program Manager. Additional information includes points of contact, email addresses, an active internet link, and the DUNS, UEI, and CAGE codes relevant to the contract holder. The report emphasizes that the capability statement must be kept current and verified at the issuance of the first order. This structured approach aims to ensure clear communication between government customers and contract holders, facilitating effective engagement and market research for federal grants and Requests for Proposals (RFPs).
    The "Proposal Submittal Report Instructions" (CDRL XXXX - Attachment XX) outlines the mandatory reporting requirements for contractors submitting proposals in response to government solicitations. This document, relevant for federal government RFPs, federal grants, and state/local RFPs, details the specific data points required for each proposal submitted during a reporting period. Key information includes the MDA Control Number/Solicitation Number, Solicitation Date, Original Proposal Due Date, Revised Proposal Due Date, Proposal Submitted Date, Proposal Status (early, on-time, or late), and Calendar Days from Solicitation to Proposal Submittal. All dates must adhere to the MM/DD/YYYY format. The report is designed to track proposal submission timelines, with calculated fields for assessing timeliness. Contractors must list proposals in chronological order of submission, with a maximum of 48 entries per report, extending the form if necessary. The Government uses this data to evaluate the contractor's average proposal response time and reserves the right to modify or correct reported information.
    The document provides instructions for Contractors on how to complete a Proposal Submittal Report related to government solicitations. It outlines procedures for entering data such as MDA Control Number, Solicitation Date, Original and Revised Proposal Due Dates, and submission details, including whether proposals were submitted on time, late, or early. Contractors are directed to follow specific formatting guidelines and calculate the number of calendar days from the solicitation date to submission. Columns are predetermined for calculations, with the average proposal response time calculated automatically. The document specifies that only data from proposals submitted during the current reporting period should be included and that notes regarding any adjustments to solicitation dates or submission issues should be made in designated areas. The government retains the authority to modify reporting requirements as necessary. Overall, the instructions aim to standardize proposal reporting, facilitating efficient processing and analysis of submissions in the context of federal and state/local RFPs and grants.
    OT-25-80000 is a One-Time Data Item Description (DID) for IDIQ contracts awarded under solicitation HQ085925RE001. This document specifies the format and content for a contractor information certification report, which will be regularly updated. The report must include comprehensive contractor details such as name, IDIQ contract number, program manager contact information, additional points of contact, email addresses, internet presence, business size (NAICS code), period of performance completion date, Unique Entity Identifier (UEI) number, Commercial and Government Entity (CAGE) Code, and a capability statement. The DID emphasizes the report's use in providing certified contractor information for federal government solicitations, ensuring transparency and up-to-date data for awarded contracts.
    The OT-25-80001 Proposal Submittal Report outlines requirements for tracking contractor responsiveness and efficiency in solicitation processes for Indefinite Delivery Indefinite Quantity (IDIQ) contracts under solicitation HQ085925RE001. This one-time Data Item Description (DID) specifies the format and content for a report to identify average proposal submittal timelines. Contractors must provide a cover page with company and contract details, followed by specific information for each proposal submission. This includes the MDA Control Number, Solicitation Date, Original and Revised Proposal Due Dates, Proposal Submittal Date, Proposal Status (Early, Ontime, Late), Calendar Days from Solicitation to Submittal, and any relevant Notes. The report serves as a method for the Missile Defense Agency (MDA) to gauge contractor performance regarding solicitations.
    The document OT-25-80002, titled "MONTHLY CONTRACT ACTIVITY REPORT," is a one-time Data Item Description (DID) for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts awarded from solicitation HQ085925RE001. Its purpose is to standardize the reporting of awarded orders and contract accomplishments, providing the Government with oversight of contractor information and activities. The report must follow a specific Government format, including a cover page with company and contract details, and a content section listing essential contract information. Key data points required include Awarding Agency, IDV Contract Number, Award ID, Modification Number, CAGE Code, NAICS Code, contract dates, and various obligation and value figures. This DID ensures consistent and comprehensive reporting for government contract oversight.
    The document OT-25-80000 outlines a certification process for contractor information pertinent to contracts awarded through solicitation HQ085925RE001. It specifies that this data will be regularly updated and re-certified. The required deliverable is to be formatted according to government standards and must include essential contractor details such as name, IDIQ contract number, program manager contact information, email addresses, internet presence, business size according to NAICS codes, performance completion dates, Unique Entity Identifier (UEI), CAGE Code, and capability statements. The structure of this document serves as a guidance for ensuring uniformity and compliance in contractor reporting across all relevant contracts, thus streamlining oversight and accountability in government procurement processes.
    The document OT-25-80001 outlines the Proposal Submittal Report, aimed at tracking average proposal submission timelines for contractors engaged under Indefinite Delivery Indefinite Quantity (IDIQ) contracts associated with solicitation HQ085925RE001. It serves as a metric for assessing contractor responsiveness and the efficiency of solicitation processes. The report format includes a cover page with contractor and solicitation details, while the content must detail key data such as submission dates, control numbers, and evaluation of timeliness (early, on-time, or late). This structured information aims to enhance the understanding of proposal processing across programs, thereby improving overall contracting practices. There are no referenced documents or forms related to this report, indicating a streamlined approach to submission. This document is crucial for federal and local procurement strategies, providing insights into contractor performance and timeline adherence, thus ensuring effective allocation of government resources.
    The document outlines the requirements for the Monthly Contract Activity Report (MCAR), designated OT-25-80002, intended for use under IDIQ contracts related to solicitation HQ085925RE001. The report aims to document all awarded orders connected to the master contract, ensuring government oversight of contractor information and contract activities. Essential components of the report include a cover page, which must detail company and contact information, alongside extensive contract specifics. These specifics encompass key elements such as awarding agency, contract numbers, performance dates, CAGE and NAICS codes, action obligation, and contract values. This structured format facilitates a comprehensive view of contract execution and related contractor performance, ensuring accountability and transparency in government contracting processes. The systematic gathering and reporting of this data is crucial for monitoring ongoing contract activities and is essential for effective government oversight.
    The Missile Defense Agency (MDA) is seeking proposals for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, named Scalable Homeland Innovative Enterprise Layered Defense (SHIELD), to acquire an advanced, multi-domain defense system. This contract, with a maximum value of $151 billion over a potential 10-year period, aims to provide rapid delivery of innovative capabilities, including AI/ML-enabled applications and digital engineering, for detecting, tracking, intercepting, and neutralizing various aerial threats. The scope includes science & technology, R&D, prototyping, systems engineering, weapon design, cybersecurity, and more. Key requirements include adherence to cybersecurity standards (NIST SP 800-171, DFARS 252.204-7012), regular reporting, and compliance with specific packaging, marking, inspection, and delivery procedures. The contract outlines detailed administration, travel, insurance, public release, and organizational conflict of interest (OCI) guidelines, emphasizing transparency and security. Ordering procedures for task/delivery orders are specified, with provisions for
    The Missile Defense Agency (MDA) is issuing a Request for Proposal (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for developing an advanced multi-domain defense system capable of detecting, tracking, intercepting, and neutralizing various threats to the U.S. homeland and its allies. The IDIQ contract will facilitate a decade-long partnership with an estimated maximum value of $151 billion. Services will be executed under pre-defined ordering periods and will cover a wide array of technical work including research, development, prototyping, cybersecurity, and operation and sustainment activities. Contractors are expected to deliver innovative capabilities leveraging artificial intelligence, machine learning, and modular design. The RFP outlines procedures for proposal submissions and emphasizes the importance of compliance with cybersecurity standards for the protection of Controlled Unclassified Information (CUI). The contract discourages advisory services and emphasizes the need for interoperability among various defense contractors. Key sections also define contract administration details, reporting requirements, and stipulations surrounding pricing arrangements, including firm fixed prices and cost-no-fee scenarios. Emphasis is placed on maintaining data rights and minimizing foreign influence on contractors. Through these measures, the MDA aims to enhance national defense and engage with qualified contractors effectively and securely throughout the contract's duration.
    The Missile Defense Agency (MDA) is issuing a request for proposals (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract, known as the Scalable Homeland Innovative Enterprise Layered Defense (SHIELD) contract, to enhance the United States' defense capabilities against missile threats. The IDIQ contract has a ten-year term and a maximum value of $151 billion, with the flexibility to support tasks across various domains, including cyber warfare, space, and missile defense. The main focus is on providing rapid delivery of innovative solutions through the integration of artificial intelligence and advanced modeling techniques. The scope covers a wide range of activities, such as research and development, testing of prototypes, systems engineering, and cybersecurity. Contractors will be expected to adhere to strict guidelines regarding the protection of controlled unclassified information (CUI) and must utilize best practices for security and compliance throughout the duration of the project. This effort seeks to ensure national defense objectives are met through layered protection strategies, while enabling continuous evaluation of organizational performance. The RFP highlights the importance of collaboration with Defense Department agencies, ensuring that contractors maintain accountability and transparency in their operations and reporting practices related to contract management and deliverables.
    The MDA Solicitation HQ085925RE001, Attachment L-01 and DRFP-01, provides instructions for potential offerors to submit questions or comments regarding the solicitation. The document outlines a structured format using an Excel-based Questions Matrix, requiring specific information such as Offeror Name, CAGE Code, MDA File Name, Page Number, Section, Paragraph, and the Question/Comment itself. It emphasizes that proprietary information should not be included in the questions, as the government intends to publicly release the questions along with its responses, after stripping identifiable offeror information. The instructions stress the importance of including the offeror's name and CAGE code for each entry to facilitate compilation, even if redundant. The primary purpose is to establish a clear and consistent method for offerors to seek clarification on the solicitation, ensuring transparency and efficient communication between the government and potential bidders.
    The document outlines the instructions for submitting questions related to the MDA Solicitation HQ085925RE001. Offerors are required to fill out Attachment L-01 in Excel format, which involves providing their name and CAGE code, as well as detailing questions or comments regarding specific sections, paragraphs, or general content of the solicitation documents. The process ensures that each submission aligns with the government’s format and that proprietary information is excluded. The government intends to provide answers publicly while maintaining anonymity for the offerors. Clarity and adherence to the specified structure are emphasized to facilitate efficient question handling. Overall, the document serves to streamline communication between potential offerors and the government regarding its solicitation process, fostering transparency and structured inquiry.
    This government file addresses 96 questions and answers regarding the HQ085925RE001 SHIELD solicitation, focusing on contract compliance, teaming arrangements, proposal requirements, and operational procedures. Key points clarify the definition of a "compliant proposal" for off-ramp provisions, emphasizing adherence to minimum submission requirements rather than technical acceptability. It states that all offerors must submit Attachment L-01, SF 328, regardless of existing Facility Clearances. The document also details policies on teaming, corporate experience validation using FPDS records, and the allowance for prime offerors to also act as subcontractors. The government will not use AI for corporate experience evaluation, nor will it publish a forecast of task orders. A significant portion of the questions and answers concerns updates to Attachment L-02, the Corporate Experience Template, to fix linked fields and ensure accurate data entry. The government confirms an amendment will be issued to incorporate these Q&A updates into the solicitation.
    This government file, HQ085925RE001, compiles Questions and Answers for the SHIELD program, clarifying various aspects of the solicitation. Key areas addressed include the definition of a "compliant proposal" for off-ramp provisions, the allowance of exclusive teaming, and the criteria for off-ramping, noting that "no-bid" submissions may still result in contact from the Government. It specifies that a "compliant" proposal meets minimum submission requirements but doesn't need to be technically acceptable. The document also clarifies teaming arrangements, accounting system requirements, and the submission of corporate experience, including the use of SBIR/STTR contracts and FPDS records. Crucially, it mandates that all offerors complete and submit Attachment L-01, SF 328, regardless of existing Facility Clearances. It also clarifies that AI will not be used in the evaluation of Factor I, Corporate Experience, and that Attachment L-02 for corporate experience has been updated to fix various template issues. Finally, it confirms that CAS clauses are applicable at the order level, and offerors can compete for orders in any scope area post-award, regardless of initial proposed areas.
    The MDA Solicitation HQ085925RE001, Attachment L-01, outlines instructions for submitting questions regarding federal government RFPs, grants, and state/local RFPs. Potential offerors must use a provided Excel matrix to submit inquiries, including their name, CAGE Code, file name, page number, section, and paragraph. Questions should be specific, referencing the relevant document details. General questions can be marked N/A. The instructions emphasize that no proprietary information should be included in the questions, as the government plans to publicly release compiled questions and their responses. Offerors are required to include their name and CAGE code for each entry to facilitate compilation, though this information will be redacted from public releases.
    The MDA Solicitation HQ085925RE001 includes instructions for submitting questions related to the procurement process. Offerors must use Attachment L-01 in Excel format and include essential details such as their name and CAGE Code, the MDA File Name, page numbers, sections, and specific paragraphs associated with their inquiries. Questions should be clear and not contain proprietary information. If comments are general, offerors may indicate "N/A." The document emphasizes that while offeror information is collected for internal processing, it will not be disclosed publicly. Additionally, a column for government responses is included in the submission format for eventual public release. The structured approach aims to streamline communication between offerors and the government during the solicitation process, ensuring that inquiries are effectively managed and addressed. This document is central to facilitating interactions about government RFPs and grants while maintaining transparency and compliance.
    The MDA Solicitation HQ0859-25-R-E001 Attachment L-02 is an Offeror Response Template for submitting corporate experience. It requires offerors to demonstrate experience in a minimum of two and a maximum of three work areas, preferably at the prime contractor level, as defined in Section C of the solicitation. Offerors can use the same contract to show experience across multiple work areas. Each experience must be validated through an FPDS record, a signature from a cognizant government official, or a subcontract agreement excerpt. The template includes sections for detailed descriptions of experience, contract information, client contacts, award and completion dates, and contract types. This structured format ensures a comprehensive and verifiable submission of corporate experience for proposal evaluation.
    The document states that Adobe Reader 8 or higher is required to view its content, indicating that the user's current environment may not be properly configured or that the software may not be installed. It directs users to a specific Adobe link for information on how to install Adobe Reader and configure their viewing environment. This suggests the document is likely a government file, such as an RFP, federal grant, or state/local RFP, that is distributed in a PDF format requiring a specific version of Adobe Reader for accessibility. The main purpose is to inform users about software requirements for viewing the document and provide guidance for resolving access issues.
    The file indicates that Adobe Reader 8 or higher is required to view the document, suggesting compatibility issues with the current environment. It provides a URL link for users to obtain information on how to install Adobe Reader and configure the necessary settings for optimal viewing. The primary focus is on accessibility to government documents, emphasizing the importance of having the necessary software for proper engagement with federal government RFPs, federal grants, and state and local RFPs. This context underlines the requirement for users to be equipped with the right tools for accessing critical governmental information, which is essential for transparency and participation in government-funded opportunities.
    The MDA Solicitation HQ05925RE001 Attachment L-04 is an
    The MDA Solicitation HQ05925RE001 outlines the Offerer Response Template, which is a required document for bidders in missile defense related projects. Offerors must submit between two and three relevant experiences from similar applications, detailing the scope from the solicitation's Section C. This standardized template ensures uniformity and compliance, as applications must be completed without modifications and include specific information such as CAGE codes, award and completion dates, as well as detailed descriptions of the experiences relative to the solicitation's requirements. Each submitted experience requires a clear delineation of the entity's role (e.g., Prime Contractor, Joint Venture) and a signed validation by a contracting official or an FPDS contract record. The template also includes provisions for listing the project type and client contact details. Finally, after the submission, government evaluators will assess the experiences, providing a rating of either acceptable or unacceptable based on compliance and relevance. This structured process facilitates the government's objective to maintain high standards and accountability in defense contracting.
    The document, "ATTACHMENT L-05 FPDS INSTRUCTIONS," provides guidelines for accessing and utilizing FPDS (Federal Procurement Data System) reports to verify corporate experience as required by Section L-3.0 of the SHIELD RFP. It outlines a six-step process for retrieving FPDS reports from www.fpds.gov, involving searching by contract number, contractor name, or UEI/DUNS number, and then viewing the detailed contract action. The instructions emphasize that these reports can confirm corporate experience, though specific data fields may vary. If an FPDS report is unavailable or lacks sufficient verification, alternative methods identified in Section L-3.0 may be used. The attachment also includes a sample Indefinite Delivery Vehicle (IDV) FPDS report, detailing various categories such as Transaction Information, Document Information, Dates, Amounts, Purchaser Information, Entity Information, Contract Data, and Legislative Mandates, illustrating the type of data available for corporate experience verification within the context of federal government RFPs.
    The document outlines instructions for using the Federal Procurement Data System (FPDS) to verify corporate experience as part of the SHIELD Request for Proposal (RFP). It highlights a step-by-step process for accessing FPDS reports, emphasizing the importance of identifying specific contract details such as contractor names and unique entity identifiers. The report provides essential transaction and entity information, including contract obligations, funding details, and performance requirements. It also notes that if a suitable FPDS report is unavailable for corporate experience verification, alternative forms of verification must be identified in the RFP Section L-3.0. This guidance is crucial for bidders looking to demonstrate their qualifications and align with federal regulations in response to RFPs, federal grants, and state and local RFPs. Overall, the document serves as a practical resource for navigating FPDS to meet contract compliance requirements.
    The document "HQ085925RE001 LIST OF AWARDS 12/2/2025" is a comprehensive list of 699 awarded contracts. Each entry includes a CAGE code, the Offeror Name (company receiving the contract), and the corresponding Contract Number, which consistently follows the format HQ085926DE### or HQ085926DF###. The list provides a detailed record of various entities, ranging from technology and engineering firms to consulting and research companies, that have been granted contracts as of December 2, 2025. This file serves as a transparent overview of government contracts, indicating the wide array of businesses engaged in federal government projects.
    The provided government file, likely an RFP or grant-related document, is a placeholder message indicating that the proper content of the document could not be displayed. It advises the user that their PDF viewer may not be able to render the document type and recommends upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and seeking further assistance. The document refers to Windows, Mac, and Linux, noting their trademark statuses. The core purpose of this file is to troubleshoot a display issue for the intended content rather than to convey specific governmental project details or requirements.
    The provided file is a placeholder message indicating that the document's content cannot be displayed, likely due to an unsupported PDF viewer. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting specific Adobe download or assistance links. The message clarifies that Windows, Mac, and Linux are registered trademarks of their respective corporations. This file serves as a technical advisory for accessing government-related documents, emphasizing the necessity of compatible software for viewing RFPs, grants, or similar files.
    The provided document indicates that the content is not immediately viewable and suggests that the user's PDF viewer may not be able to display the document. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, providing a download link. Additionally, it offers a link for further assistance with Adobe Reader. The document also includes trademark information for Windows, Mac, and Linux. This file appears to be a placeholder or an error message within a larger collection of government RFPs, federal grants, or state and local RFPs, guiding users on how to access the intended content.
    The document acts as a placeholder or error message for a government file that could not be displayed. It instructs the user that their PDF viewer might not be able to display the document and advises upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and for seeking further assistance. This indicates that the original government file, likely an RFP, federal grant, or state/local RFP, was intended to be a PDF that failed to load, and the current text is merely a technical troubleshooting message rather than the content of the file itself.
    The document introduces concerns with PDF viewing, indicating issues with displaying content and suggesting users upgrade to the latest version of Adobe Reader. It outlines that Windows, Mac, and Linux are associated with their respective trademarks and provides links for further assistance. However, without actual content about federal government RFPs, grants, or state and local initiatives, no substantive summary can be derived regarding application processes, project requirements, or grant opportunities. Therefore, the main focus seems to center purely on technical accessibility rather than specific grant or RFP content, emphasizing the need for proper technology to engage with federal documentation online.
    The document lacks substantive content as it primarily consists of a message indicating issues with displaying a PDF file. It suggests upgrading the Adobe Reader for Windows, Mac, or Linux to properly view the document. The message also acknowledges various trademarks related to operating systems but offers no information pertinent to federal government RFPs, federal grants, or state and local RFPs. Consequently, there are no key topics, ideas, or supporting details to summarize. The main purpose appears to be technical support rather than conveying significant information regarding governmental procurement processes or funding opportunities.
    The document appears to be a technical error from a PDF viewer, indicating that the proper contents could not be rendered. It does not provide any specific details regarding federal RFPs, grants, or state and local initiatives. Consequently, there is no main topic, key ideas, or supporting details to summarize. The message suggests that users experiencing this issue may need to upgrade their Adobe Reader software to a current version to access the intended document. Since no substantive content is available for analysis or summary, this document does not contribute any relevant information about government funding opportunities or procurement processes.
    The document appears to reference an issue with displaying its contents, indicating it may be a PDF that requires the latest version of Adobe Reader for proper viewing. As such, it provides no specific information on government RFPs, grants, or state and local initiatives. The focus on technical support for Adobe suggests that the intended file may contain relevant data pertaining to federal and state-level funding opportunities, solicitations, or project outlines. However, since the actual content is inaccessible, it cannot be summarized for key points, ideas, or structural analysis. The necessary action is to ensure the correct software is in place to view and analyze the document's intended information regarding government procurement processes.
    Similar Opportunities
    Mentor Protégé Program Broad Agency Announcement
    Buyer not available
    The Missile Defense Agency (MDA) is seeking eligible mentor and protégé firms to participate in its Mentor-Protégé Program (MPP) through a Broad Agency Announcement (BAA) effective from August 30, 2025, to August 30, 2028. The program aims to enhance the capabilities of protégé firms, increase their participation in Department of Defense (DoD) contracts, and foster long-term business relationships, with a focus on missile defense systems and innovation across the DoD Enterprise. Interested firms must submit white papers that align with MDA's focus areas, propose a minimum of 50% Engineering and Technical Assistance, and include a letter of support from an MDA Program Manager or Technical Advisor, with individual awards anticipated to be cost-reimbursement not exceeding $1,000,000 per government fiscal year. For further details, interested parties can contact MDA at mda.schriever.ics.mbx.mpp@mail.mil, and white papers will be accepted until August 30, 2028.
    MDA Agile Professional Services Solution (MAPSS)
    Buyer not available
    The Missile Defense Agency (MDA) is seeking industry participation for its Agile Professional Services Solutions (MAPSS) initiative, which aims to procure advisory and assistance services to enhance missile defense capabilities for the U.S. and its allies. The procurement will be structured in multiple tranches, focusing on various areas such as engineering, logistics, cybersecurity, and program support, with a significant emphasis on engaging small businesses. This initiative is critical for maintaining and advancing the operational effectiveness of the Missile Defense System, with an estimated total contract value of approximately $5.5 billion over the next decade. Interested vendors are encouraged to submit their capabilities statements and responses to the Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
    HQ0147-19-C-0005 Modified Ballistic Re-Entry Vehicle (MBRV)-11 Justification & Approval
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking to justify and approve the procurement of the Modified Ballistic Re-Entry Vehicle (MBRV)-11 under contract HQ0147-19-C-0005. This opportunity involves the acquisition of guided missile technology, specifically focusing on the MBRV-11, which plays a critical role in national defense and missile defense systems. The justification and approval documents, which are essential for understanding the procurement's context and requirements, are available for review in the attached files. Interested parties can reach out to Jennifer Morgan at jennifer.morgan@mda.mil or by phone at 256-450-3144 for further information regarding this opportunity.
    Missile Defense Agency - Nimble Options for Buying Layered Effects (NOBLE) Announcement
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking innovative solutions through its "Nimble Options for Buying Layered Effects (NOBLE)" Announcement, aimed at enhancing missile defense capabilities. This initiative encompasses a range of solicitations focused on advanced defense technologies, including Kinetic and Hypersonic Defense, Command and Control Battle Management, and Disruptive Technologies, among others. The NOBLE program is designed to facilitate rapid acquisition and development of cutting-edge solutions to address evolving threats, with individual solicitations set to close between August 2025 and May 2030. Interested parties can find more information and track solicitations on SAM.gov, and inquiries can be directed to MDA-NOBLE@mail.mil.
    25--SHIELD,TURN SIGNAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 43 units of the SHIELD, TURN SIGNAL (NSN 2510015895283). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of six. The items will be shipped to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in maintaining vehicular equipment components. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    HQ014718D0005 SWDC IDIQ Extension
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is extending the IDIQ contract HQ014718D0005 for the SWDC program, specifically justifying the continuation of services with Northrop Grumman as the sole capable source. The procurement aims to maintain critical national defense research and development services, leveraging Northrop Grumman's unique qualifications and extensive experience from a previous $700 million investment over 15 years, which is essential for ensuring continuity and performance. This extension is crucial to avoid disruptions that could arise from transitioning to another contractor, as it would require significant knowledge acquisition that could negatively impact cost, schedule, and performance. Interested parties can reach out to Joshua Kachelman at joshua.kachelman@mda.mil or call 256-450-0343 for further details regarding this opportunity.
    10--COVER,GUN SHIELD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 119 units of the COVER, GUN SHIELD (NSN 1005011718316). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 17 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    25--ARMOR,SUPPLEMENTAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of supplemental armor (NSN 2540014345235) under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated delivery of six units, and the total value of orders may reach up to $350,000 over a one-year term, with a guaranteed minimum quantity of one. This armor is critical for military applications, ensuring the protection of personnel and equipment in various operational environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.