The Department of Defense, specifically the Department of the Air Force through the Air Force Materiel Command, has issued a Special Notice regarding the Manufacturing Qualification Requirement (MQR) for various aircraft and missile components, with a focus on the 848th Supply Chain Management Group. This procurement involves a comprehensive master item list that includes critical components such as fuzes, converters, and structural panels, which are essential for the maintenance and operation of military aircraft and missile systems. Interested parties can access detailed information about the items and their specifications in the provided document, which serves as an inventory for manufacturing qualification requirements. For further inquiries, potential vendors should contact the SASPO office via email at 429SCMS.SASPO.Workflow@us.af.mil.
Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance Dept Of Defense
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
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.
Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station Dept Of Defense
The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
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.
Notification to the public of consolidation of contract requirements Dept Of Defense
The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
Notice of Intent - Qiagen Master Service Agreement Dept Of Defense
The Department of Defense, specifically the Department of the Army, intends to negotiate a sole-source contract with Qiagen Inc. for the provision of annual preventive maintenance and service repair for Qiagen instruments utilized by the U.S. Army Criminal Investigation Laboratory (USACIL) and the Quality Management Division (QMDV). This contract will encompass technical support, parts, labor, and software updates to ensure the proper functioning of the instruments, adhering to FBI Quality Assurance Standards and ISO 17025 ANSI-ASQ. The contract is structured as a firm-fixed-price agreement for a 12-month base year, commencing January 1, 2026, and will be performed at USACIL in Forest Park, GA. Interested parties must submit written responses by 10:00 a.m. on December 15, 2025, to demonstrate that competition would be advantageous; otherwise, the award will proceed without further notice. For inquiries, contact Nina Rachal at nina.m.rachal.civ@army.mil or Shecoriya Byrd at shecoriya.r.byrd.civ@army.mil.
Quincy Air Compressor Repair Parts Dept Of Defense
The Department of Defense, through the Washington Headquarters Services, is seeking qualified vendors to supply Quincy Air Compressor Repair Parts, specifically requiring brand name items only. This procurement is essential for maintaining operational efficiency in air and gas compressor systems, which are critical for various defense applications. The contract is set aside for small businesses, and interested parties should reach out to Nala Pittman at nala.s.pittman.civ@mail.mil or 571-236-3137, or Melvina McNeill at melvina.l.mcneill.civ@mail.mil or (703) 545-9495 for further details. The exact address for performance will be provided upon award, and the solicitation is currently open for submissions.
Operation of the Quad City Cartridge Case Facility (QCCCF) Dept Of Defense
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the operation of the Quad City Cartridge Case Facility (QCCCF) in Rock Island, Illinois, for Government Fiscal Year 2026. The objective is to develop and manufacture fixed-price prototype capabilities that enhance workload and revenue while maintaining the critical defense industrial base for producing steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for sustaining the U.S. organic industrial base and ensuring the availability of essential ammunition components. Interested parties must submit white papers by January 8, 2026, with further details available from primary contact Mallory Schmitt at mallory.d.schmitt.civ@army.mil.