DoD Opportunities Update #54
Curated rollup of eye-catching DoD RFIs and RFPs from the previous week, geared towards government and private sector leaders across A&D and defense tech.
Today’s Issue at a Glance
NOTE: See Sections I-V for more details, hyperlinks, and response deadlines (numbers correspond)
Army
MINE & OBSTACLE DETECTION FROM SATELLITE AND AIRBORNE ASSETS — DEVCOM C5ISR RTI (BAA): Auto-detecting algorithms, need to reduce false-alarms
UAS MARKETPLACE — PMO UAS / PEO AVIATION (CSO): Rolling acquisition vehicle for commercial UAS systems, autonomy, ISR/EW, and enablers across five AOIs; vendor-initiated or government-issued call tracks
DIRECT ENTERPRISE SOFTWARE AGREEMENTS (SA-IDIQs) — DC3OE (RFI): No intermediaries, pre-negotiated terms, avoid complexities/overhead of multiple individual contracts
ARMY ENTERPRISE RECRUITING MARKETING & ADVERTISING — AEMO (SOURCES SOUGHT): Full-service marketing support; groundwork for Spring 2027 recompete of incumbent $4B IDIQ
FOREIGN LANGUAGE AI RESEARCH — ARL (SOURCES SOUGHT): AI/ML model development, multilingual training data (Arabic, Dari, Farsi, Korean, Pashto, Ukrainian), T&E, and software support; potential 5-year IDIQ
MISSION AUTONOMY INDUSTRY DAY — CPE MISSION AUTONOMY (SPECIAL NOTICE): Industry briefing on operational problems and forthcoming RPP release through NAMC; 1:1 sessions available
POINT-OF-CARE DIAGNOSTIC DATA PLATFORM — US ARMY MEDICAL COMMAND (SOURCES SOUGHT): FedRAMP-eligible SaaS managing POC lab device data across Army medical programs
THREAT SYSTEMS O&M — CPE ST3 / PL TSMO (SOURCES SOUGHT): O&M for EW, SIGINT, IADS, cyber, and maneuver threat systems at CTCs and White Sands.
A-E DESIGN, PROPELLANT FACILITY MODERNIZATION — RADFORD ARMY AMMUNITION PLANT (A-E QBS): Small business A-E to develop 30% design package for NC Dehy and Pre-Mix modernization; underlying construction value >$500M
REAL-TIME BULK FUEL VISIBILITY — 3RD INFANTRY DIVISION / NTC (SOURCES SOUGHT): Non-intrusive sensors and contractor-hosted monitoring interface for up to 60 bulk fuel assets at Fort Irwin
TACTICAL WHEELED VEHICLE REPLACEMENT INDUSTRY DAY — PDD CTT (SPECIAL NOTICE): Informational forum on CTT CSO program path; in-person (Warren, MI) or virtual
Air Force / Space Force
CONSORTIUM FOR MODERNIZING TEST INFRASTRUCTURE — AFTC (RFI): Multi-billion dollar infrastructure modernization campaign through FY2032
FORCE DESIGN ANALYTICS & MULTI-DOMAIN SIMULATION PLATFORM — USSF SWAC (SOURCES SOUGHT): Modeling, simulation, and analysis supporting force design decisions
ENTERPRISE SOFTWARE PLATFORM (LAUNCHPAD 2.0) — DAF DTO (SOURCES SOUGHT): Cloud One-hosted, IL-5/IL-6 enterprise platform providing access to commercial software tools across engineering, program management, logistics, finance, and contracting functions
HARD-KILL C-SUAS — POINT DEFENSE BATTLE LAB (RFI): Kinetic solutions defeating Group 1–3 sUAS at USAF installations; six technology types of interest including APKWS, 30mm, laser, and HPM; deployable by ≤4 personnel in ≤2 hours
COST ESTIMATING DATA INFRASTRUCTURE & ANALYTICS — AFCAA (INDUSTRY DAY): R&D support for automated ETL pipelines, CER/SER development, and CSDR administration feeding DAF’s CADOM cloud architecture
Navy / USMC
AI MODEL DEVELOPMENT FOR INTEL ANALYSIS — OFFICE OF NAVAL INTELLIGENCE (SOURCES SOUGHT): Continuation of SBIR Phase III AI model development for analyst workflows; covers model maturation, deployment readiness, data pipelines, and platform integration; 8(a)/SB set-aside under consideration
MULTISPECTRAL CAMOUFLAGE OVERGARMENT — PM CSS / PDM CSSE (SOURCES SOUGHT): Full-body garment suppressing detection across VIS through LWIR; <3.5 lbs; MWIR ground suppression to 2,000m; IOC 13K units FY27, FOC 61,222 by FY30
FLEET DATA ANALYTICS & AI MODERNIZATION — USFFC (SOURCES SOUGHT): AI/ML, Qlik/Tableau/Power BI, Azure stack, data governance; CPFF single contract or TO; 12-month base + four options; target start Jan–Mar 2027
SUBMARINE PROGRAM ACQUISITION & ENGINEERING SUPPORT — NAVSEA (PRESOLICITATION): Total follow-on contract supporting COLUMBIA, VIRGINIA, and Future Attack Submarine POs; SeaPort-NxG MAC required
NRL S&T INDUSTRY DAY 2026 — NAVAL RESEARCH LABORATORY (SPECIAL NOTICE): Discussions on magnetic field sensors, high-temp strain measurement, nanocomposites, battery deactivation, and space weather instruments; unclassified through Secret
DARPA
AI HARDWARE VULNERABILITY RESEARCH TOOLS — I2O (ERIS SHOPPING NOTICE): Disassemblers, debuggers, emulators, fuzzers, and interposers for GPU/NPU/TPU vulnerabilities; must address parallel processing at scale; open-source preferred; awardable through ERIS Marketplace
HYBRID ML/AUTOMATED REASONING VERIFIABLE AI — DSO (OT SOLICITATION / CLARA): Two-track program pairing ML and rule-based logic into a verifiable, explainable architecture; $2M cap per award; Phase 1 ≤$1.35M (15 months), Phase 2 ≤$850K (9 months)
AUTOMATED AERONAUTICAL DESIGN PRINCIPLES — DSO (PROPOSERS DAY): Data-driven design principles for aircraft and turbulence control across a range of flight conditions
HIGH-POWER SATELLITE CAPACITY & THERMAL SURVEY — DARPA (RFI): Industrial capacity to build and launch satellites >3–20kW across LEO/MEO/GEO/Cislunar through 2030; heat management methods and TRL/MRL data requested
SPACECRAFT THRUSTERS THAT RUN ON AIR INSTEAD OF STORED PROPELLANT — DSO (PROTOTYPE OTA / CASTOR): Oxygen-tolerant electron emitter replacing xenon; Phase 1 (9 months, $350K) design and test; Phase 2 (12 months, $550K) hardware delivery; $900K combined ceiling
Other OSD / Joint
UNMANNED SYSTEMS INTEGRATION & TACTICAL-EDGE SUSTAINMENT — USSOCOM SOF AT&L (CSO): Multi-domain common UxS control interface (AOI I) and Theater Edge Innovation Lab infrastructure (AOI II); CMOSS/SOSA compliance required; three-phase evaluation
GEOINT ANALYTIC SYSTEMS SUSTAINMENT & MODERNIZATION — NGA PAT (RFI / MERCURY): Lifecycle support for 15+ named GEOINT systems plus ASPEN acquisition; direct follow-on to Chinook; single award or IDIQ; TS/SCI + CI poly for key personnel; 5-year minimum POP
AI-POWERED GEOSPATIAL FEATURE EXTRACTION — NGA (RFI): Auto-detection, extraction, and attribution of features from EO/SAR/hyperspectral imagery feeding NGA’s Foundation Digital Twin via API
MAN-PORTABLE EXPLOSIVE CUTTING CHARGE FOR HARDENED STEEL — USSOCOM (SOURCES SOUGHT): ECC severing 12” OD SAE4140 steel pipe from ~48” standoff; ≤65 lbs; single-operator emplacement
SMALL BUSINESS MATCHMAKING & EVENT MANAGEMENT PLATFORM — DHRA OSBP (SOURCES SOUGHT): FedRAMP-authorized COTS platform for SB matching and event management
SEC I - ARMY
1) MINE AND OBSTACLE DETECTION FROM SATELLITE AND AIRBORNE ASSETS (RTI)
DEVCOM C5ISR RTI Directorate (ACC-APG) | BAA White Paper Call | Response Due: Apr 12, 2026 | SAM.gov link
Seeking
Algorithms and tools to automatically detect and classify mines, minefields, and maneuver obstacles using multi-modal data—radar, imagery, and video—from commercial and national satellite and airborne assets.
Eligible work is limited to basic research, applied research, advanced technology development (not for a specific system/hardware), or demonstration and validation. Target set spans three categories:
Explosive/non-explosive hazards: landmines and other explosive obstacles.
Engineered barriers: barbed wire, tank hedgehogs, tetrahedrons, and tank ditches.
Natural obstacles impeding movement.
Solutions must incorporate metadata from external systems and statistical alarm analysis to reduce false alarms.
An effectiveness analysis of the algorithms—covering current or anticipated future effectiveness across sensor modalities and grades (commercial vs. national assets)—is requested for each target type.
The Problem
Likely: Current approaches generate false alarms and miss difficult targets across available sensor modalities—driving the metadata integration and statistical alarm analysis requirements.
The Path Forward
Two-step BAA process: white paper submission required before proposal eligibility; WPs due Apr 12, 2026.
Multiple contracts anticipated; POP up to 3 years (options not guaranteed); award range $100K–$4M; total ceiling up to $4M; anticipated award May 1, 2026.
2) UAS MARKETPLACE CSO
PMO UAS / PEO Aviation (SFAE-AVN-U) | CSO | Response Due: Rolling | SAM.gov link
Seeking
The Army is standing up a permanent, rolling CSO to acquire commercial UAS capabilities and enabling technologies across the following AOIs:
Full UAS systems, air vehicles, payloads, and production at scale
Autonomous behaviors, C2, launched effects, and software
ISR/EW/sensors, tactical comms, additive manufacturing, and ancillary items
Autonomous vehicles, soldier equipment, and simulation/training
Supply chain and logistics, and installation support
Two submission tracks exist:
IWS (Method 1): Vendor-initiated; submit anytime against any AOI; up to 3-phase evaluation (Solution Brief → Live Demo → CSP)
C4S (Method 2): Government-issued calls posted as SAM.gov amendments; each governs its own procedures and timeline
Awards may take the form of FAR Part 12 contracts, fixed-price or FPI instruments, or OTAs under 10 U.S.C. 4022/4023. No set-aside specified. NAICS 336411 / PSC 1550.
The Problem
Likely: The traditional DoW acquisition model has not kept pace with commercial UAS innovation, production scale, or industrial base growth.
Per EO 14307, the Army is pivoting to a free-market, continuous-competition model that ties Soldier demand directly to industry-provided capabilities to maintain advantage over adversaries.
The Path Forward
For IWS, submit a Solution Brief (≤5 pages or ≤15 slides, PDF) at any time to UASMarketplaceIWS@army.mil with the AOI in the subject line.
The government targets 90-day evaluation against three criteria: Technical Merit, ROM/Schedule, and Viability.
Briefs not immediately selected enter a Solution Basket and are retained up to three years for future consideration.
For C4S, monitor SAM.gov for amendments — Calls are posted at any time with independent deadlines.
3) DIRECT ENTERPRISE CONTRACT AGREEMENTS WITH COMMERCIAL SOFTWARE FIRMS
Digital Contracting Capabilities COE (DC3OE) | Special Notice / RFI | Response Due: Apr 3, 2026 | SAM.gov link
Seeking
To identify and engage commercial software firms interested in potential direct enterprise contract agreements—no intermediaries, volume-based buying.
DC3OE is asking commercial software companies whether they currently sell to the government through multiple contracts or transactions—including prime or sub arrangements, reseller partnerships, or other indirect methods.
Vendors answering yes are the target audience for this RFI and must submit all associated contract and agreement numbers via Attachment 1..
The Problem
Managing software across multiple individual contracts generates administrative, financial, and operational overhead—and drives overbuying of capacity and duplicate purchases across the enterprise.
Procurement through resellers and indirect channels adds contract and passthrough fees at every layer, slowing delivery of proven commercial software to warfighters
The Path Forward
Responses will inform the Army's identification of vendors for potential direct addition to its enterprise contract portfolio; no follow-on solicitation committed.
4) ARMY ENTERPRISE RECRUITING MARKETING AND ADVERTISING SERVICES
Army Enterprise Marketing Office (AEMO) | Sources Sought | Response Due: 31 Mar 2026 | SAM.gov link | USA Spending link to incumbent award
Incumbent $4B IDIQ (DDB Chicago, awarded Nov 2018) expires Nov 2028 — AEMO is laying groundwork for the recompete ahead of a planned Spring 2027 RFP.
Seeking
Full-service marketing and advertising support for Army recruiting, retention, and civilian hiring across the Total Army. Eight required contractor capabilities:
Performance governance: recurring business reviews, KPI tracking, and evidence-based optimization
Fully integrated omni-channel campaign execution aligning national and regional marketing efforts
Measurement methodology: media mix modeling, attribution analysis, and creative performance testing
Emerging marketing technology integration and adoption of evolving industry best practices
Operational, reputational, and performance risk identification, monitoring, and mitigation
Enterprise-wide brand consistency across paid, owned, and earned channels, including crisis communications support
First-party data integration for audience segmentation, personalization, and performance optimization
Data-informed decision-making supporting marketing investment, messaging, and campaign prioritization
The Problem
The incumbent contract expires Nov 2028; a Spring 2027 RFP with a 30-day proposal window leaves roughly 12–18 months for award and transition.
Likely: AEMO is using this market research to evaluate industry capacity and acquisition structure before locking in an approach.
The Path Forward
Responses will inform acquisition structure across four models under evaluation: full-service prime (Model A), hybrid/modular multi-vehicle (Model B), and two alternative media structures separating or integrating strategy, analytics, and buying.
5) FOREIGN LANGUAGE AI RESEARCH AND DATA SERVICES
Army Research Laboratory (ARL) | Sources Sought | Response Due: 23 Mar 2026 | SAM.gov link
Seeking
Contractor support for ARL’s research into AI systems that read, translate, and analyze foreign languages — plus the data needed to build and test them. Work spans four areas:
Language data development — collect, translate, align, and quality-check multilingual speech, text, and document images (including Arabic, Dari, Farsi, Korean, Pashto, and Ukrainian) for use in AI training and evaluation.
AI/ML research — develop and refine machine learning models for translation, speech recognition, text analysis, and related language tasks.
Testing and evaluation — measure accuracy of translation and text/handwriting recognition systems using standard metrics (BLEU, TER, character and word error rates).
Software development and IT support — build tools and frameworks for language AI research, including NLP-based software for autonomous robotic platforms; administer and secure ARL’s research network.
The Problem
Likely driven by the scale and language diversity of ARL’s research portfolio, which requires specialized external capacity alongside organic staff.
The Path Forward
Responses inform a potential future 5-year IDIQ (ceiling not specified). No set-aside; full and open competition anticipated.
6) MISSION AUTONOMY INDUSTRY DAY
CPE Mission Autonomy Program | Special Notice | RSVP: 11 Mar 2026 | Industry Day: 18 Mar 2026 | 1:1 Sessions: 19 Mar 2026 | SAM.gov link
Seeking
The purpose of this event is to inform industry of key operational problems related to the CPE Mission Autonomy program, discuss the forthcoming release of Request for Prototype Proposals (RPPs), and provide an opportunity for industry partners to offer feedback on autonomous standards and architectures.
The Problem
Likely: The program is shaping prototype requirements and needs structured industry input before formalizing RPP release through NAMC.
The Path Forward
No award from this notice — informational and planning purposes only.
Non-NAMC attendees must be US Persons to participate..
7) POINT-OF-CARE DIAGNOSTIC DATA PLATFORM
US Army Medical Command | Sources Sought | Response Due: 20 Mar 2026 | SAM.gov link
Seeking
A SaaS solution for managing POC lab device data across Army medical programs. The platform must meet eight functional requirements:
Centralized, cloud-based storage, organization, and analysis of POC device data
Bi-directional device connectivity (data upload and device-to-platform communication)
Integrated training, directory management, and certification update features
Wide compatibility across varied POC-connected devices
Secure, compliant data environment meeting applicable healthcare standards
Remote data access and management
Streamlined report generation and data analysis
Full compliance with Joint Commission (TJC) and College of American Pathologists (CAP) requirements
The Problem
Likely driven by the need for centralized oversight of distributed POC diagnostic operations, where managing TJC/CAP compliance and operator certification across multiple locations lacks a unified solution.
The Path Forward
Responses will inform set-aside determination and procurement method if a requirement materializes.
Submit a capabilities statement (up to 10 pages). Contract structure: 12-month base year plus 4 firm-fixed option years.
Small business set-aside under consideration (all categories); full and open competition also remains an option.
8) THREAT SYSTEMS O&M SUPPORT SERVICES (EW, SIGNT, CYBER)
CPE ST3 / PL TSMO | Sources Sought | Response Due: 13 Apr 2026 | SAM.gov link
Seeking
For existing threat systems at CTCs and White Sands Missile Range. Covers six capability areas:
Electronic Attack: Communications and EW jammers (ECST, CEWJA, Cicada-C, WCCJ, TRC-274) plus PNT jamming systems (THORE, MAMBA-G) — Assured PNT identified as a key portfolio priority.
SIGINT / DF: Direction-finding and signal exploitation systems (AdvNESTS, NESTS); EWOC supports white-cell emissions verification and is not a threat representative system.
IADS: Air defense radar emitters (Giraffe GAMB/G1X/G75, AAA2, RF-SAM, RSE).
Cyberspace Operations: CYBERCOM-accredited Red Team portraying full-spectrum cyber threats against DoD systems.
Maneuver & Network: TBCF operation providing real-time “free play” RED Commander function with mission command capability.
The Problem
Likely: The existing contract requires a follow-on contract to sustain a large EW threat fleet across CTC and test range locations.
Scripted scenarios alone cannot replicate the real-time, adversarial command dynamic required.
The Path Forward
Responses will inform a future RFP with no timeline stated.
TS facility clearance required to compete; contractor must safeguard classified material at the Secret level at the contractor facility.
Teaming is actively encouraged — no single vendor is expected to hold all required capabilities, and the government will share respondent contact information among those who opt in.
Draft PWS referenced in the RFI was not provided — full scope detail pending its release.
9) DESIGN SERVICES — PROPELLANT MANUFACTURING FACILITY MODERNIZATION
Radford Army Ammunition Plant | A-E Qualifications-Based Selection | Response Due: 13 Apr 2026 | SAM.gov link
Seeking
Small business A-E firm to develop a 30% design package (maturing from 15%) for modernized nitro cellulose (NC) Dehydration—including NC Shredding—and solvent Pre-Mix facilities at RFAAP, Radford, VA.
Design scope covers energetic material processing technology for NC Dehy and Pre-Mix operations; facility interfaces and material transfers with the NC, NG-3, and Solvent propellant manufacturing areas; and geotechnical investigations at proposed building sites.
Structures to be designed include an NG Distribution Building, Pre-Mix Distribution Building, and Pre-Mix Control Room.
Deliverables also include a preliminary Process Hazards Analysis and Explosive Site Safety Plan integrated with the NG-3 ESSP.
A-E design contract: firm-fixed price; POP not to exceed 547 calendar days from award; Total Small Business set-aside.
Underlying construction value: over $500,000,000 (A-E contract value not stated).
The Problem
Likely: current NC Dehy and Pre-Mix processes require modernization to integrate automated handling, updated safety controls, and environmentally compliant operations at RFAAP production scale.
The Path Forward
Brooks Act qualifications-based selection identifies the most highly qualified firm for RFP negotiation; RFP response window anticipated at 14 calendar days from issuance.
Estimated design contract award: August 2026; design completion: February 2028.
Firms selected for design are barred from participating in construction contracts on the same project.
10) REAL-TIME FUEL VISIBILITY
3rd Infantry Division (NTC) | Sources Sought | Response Due: Mar 13, 2026 ⚠️ DEADLINE PASSED | SAM.gov link
Seeking
Non-intrusive fuel monitoring sensors, communications hardware, and a contractor-hosted web-based monitoring interface covering up to 60 bulk fuel assets at Fort Irwin, CA.
Covered platforms include M978 HEMTT fuel tankers, MFS-TRM systems, and similar bulk fuel systems designated by the COR.
Sensors must operate in high desert terrain and withstand wind gusts up to 70 mph; data transmits via commercial connectivity with no direct connection to Army network infrastructure.
Contractor deploys, configures, and removes all equipment; provides limited technical assistance during the rotation; must repair or replace malfunctioning equipment within 4 hours of notification — including weekends and holidays — at no additional cost to the Government.
The Government retains unlimited rights to all materials produced under contract, including source code. POP: 01 April – 30 June 2026; FFP.
The Problem
Brigade-level fuel distribution at NTC relies heavily on manual reporting, creating delays in visibility across dispersed assets operating under simulated contested conditions.
Near real-time fuel data supports sustainment decision-making and operational tempo during large-scale combat training rotations.
The Path Forward
The Mar 13, 2026 response deadline has passed; the notice remains active through Mar 28, 2026.
11) ARMY TACTICAL WHEELED VEHICLE REPLACEMENT – INDUSTRY DAY (CTT)
PdD CTT | Special Notice – Industry Forum | Registration: 18 Mar 2026 | Event: 20 Mar 2026 | SAM.gov link
Seeking
Industry attendance at an informational forum covering the CTT Commercial Solutions Opening (CSO) and program path forward.
Event is available in-person in Warren, MI or virtually via MS Teams; in-person attendance is capped at two representatives per company.
The Problem
Likely: Army is preparing to release the CTT CSO and is using this forum to shape industry understanding ahead of a formal solicitation.
The Path Forward
RSVP required by 18 Mar 2026 via the linked DoD form; event address and Teams link provided post-registration.
SEC II - AIR FORCE / SPACE FORCE
12) CONSORTIUM FOR MODERNIZING TEST INFRASTRUCTURE (AEDC VELOCITY ALLIANCE)
Air Force Test Center (AFTC) | OTA Consortium | Whitepapers Due (Opp. 1): 1 Jun 2026 | Questions Due: 1 May 2026 | Site Visit: 1–30 Jun 2026 | SAM.gov link
Seeking
Qualified engineering and construction vendors to join a closed-competition consortium supporting a multi-billion dollar infrastructure modernization campaign at the Arnold Engineering Development Complex (AEDC) and affiliated AFTC test sites through FY2032.
Scope spans 15 project categories; decision-critical areas include:
Industrial Construction: full lifecycle for test facilities and structures with integrated heavy equipment.
High Pressure Process Systems (>150 PSIG): design through V&V; candidates must cite applicable industry codes in their technical response.
High Voltage Electrical (>6.9kV) and Medium Voltage Electrical (600V–6.9kV): full distribution infrastructure lifecycle.
ID&C Engineering Services: control architecture, HMI design, PLC programming, and sensor integration for test systems.
Plus 10 additional categories covering general construction, low-pressure process systems, hazardous systems, process ducting, fire suppression, equipment repair, low-voltage electrical, mechanical and electrical engineering services, and utilities.
Performance locations include Arnold AFB TN, Holloman AFB NM, Tunnel 9 (Silver Spring MD), and NFAC (Moffett Field CA).
The Problem
The current infrastructure at AEDC, while a cornerstone of past success, must be recapitalized and modernized to meet this new mission.
The sheer volume, complexity, and diversity of the required work—spanning high-pressure industrial systems, medium and high-voltage electrical grids, specialized fire suppression, and complex control systems—presents a significant execution challenge.
Traditional, project-by-project contracting methods are insufficient to deliver the required upgrades at the speed and scale necessary to support the nation’s defense goals.
The Path Forward
Consortium membership — which gates access to all future Alliance competitions — requires completing a five-step sequence: whitepaper submission, Government evaluation, site visit invitation, mandatory site visit at Arnold AFB TN, and execution of a Membership Agreement.
The four-part pass/fail evaluation covers: (1) JCP certification, (2) CMMC Level 2 compliance or an acceptable alternative path, (3) IP rights acknowledgment accepting the Government’s default unlimited-use position, and (4) demonstrated NDC or small business partnership capability to satisfy OTA statutory requirements. Onboarding schedule:
Opportunity 1: Questions due 1 May 2026; whitepapers due 1 Jun 2026; site visit window 1–30 Jun 2026; consortium live 1 Jul 2026.
Opportunity 2: Whitepapers due 1 Sep 2026; site visit window 1–30 Sep 2026.
Opportunity 3+: Dates TBD; notice active through 30 Sep 2032 with additional onboarding opportunities anticipated.
13) FORCE DESIGN ANALYTICS & MULTI-DOMAIN SIMULATION PLATFORM (SIMSA)
USSF (SWAC / SSDP) | Sources Sought | Response Due: 27 Mar 2026 | SAM.gov link
Seeking
A contractor to deliver advanced modeling, simulation, prototyping, and analysis that helps Space Force and joint warfighting leaders decide how to build, fund, and structure their forces — spanning space, air, cyber, ground, and maritime domains.
The PWS is written around one named tool — RAPTR, developed under a prior SBIR award — but the government is separately asking whether other vendors have comparable simulation platforms.
Contractor must operate or stand up a classified lab (~60 people) near Colorado Springs, CO cleared to TS/SCI and SAP levels, within the current fiscal year.
Work covers six areas:
Program Management: Lead execution, staffing, finances, and subcontractor oversight; PM has authority over schedule and contract decisions.
Simulation Platform (RAPTR): Maintain, develop, and modernize the core simulation tool across classification environments.
Systems Analysis & Design: Use the simulation platform to evaluate force structure options, acquisition tradeoffs, and system designs; government independently verifies all models, including access to source code and underlying algorithms.
Systems Operations & Sustainment: Support wargames, training, operational planning, and TTP development using the simulation platform.
Technical Assessment & Integration: Conduct unbiased evaluations of tools and systems; document how all simulation agents (orbital warfare, electronic warfare, space domain awareness, kill chains, etc.) behave using formal engineering diagrams — director-level authorization required before formal analytic runs begin.
Analytical Infrastructure: Provide the analytical infrastructure and lab environment supporting all of the above, including shared access for government and partner analysts.
Vendor questionnaire asks specifically about integration with Kafka message bus, Acropolis, RCADE, and SPySE.
The Problem
The Space Warfighting Analysis Center (SWAC) runs the force design analyses that go directly to the Chief of Space Operations — by law, the Chief Architect for the Department of War.
SWAC has relied on its incumbent analytical tool(s) for over two and a half years; any transition would significantly impair SWAC’s mission continuity.
Likely: the government is running this market research to determine whether the contract can be structured competitively or whether SBIR Phase III sole-source authority will effectively route it to the RAPTR developer.
The Path Forward
Responses shape an acquisition strategy that may yield one or more future RFPs.
SBIR Phase III rules allow the government to award this sole-source to a prior Phase I/II awardee — the tension between a PWS built around RAPTR and an open vendor questionnaire makes the competitive vs. sole-source outcome the critical variable to track.
Anticipated structure: FFP level-of-effort IDIQ, no small business set-aside; 60-month ordering period, individual task orders capped at 5 years from award.
All personnel must be U.S. citizens; clearances up to TS/SCI and SAP/SAR set at the task order level — polygraph consent may be required.
SBIR data rights (DFARS 252.227-7018) apply; contractors in an unbiased assessment role under Objective 5 should evaluate OCI exposure under FAR 9.5 before responding.
14) ACQUISITION ENTERPRISE SOFTWARE PLATFORM (LAUNCHPAD 2.0)
Digital Transformation Office (DTO) | Sources Sought | Response Due: 07 Apr 2026 | SAM.gov link
Seeking
Vendors capable of developing LaunchPad 2.0—a Cloud One-hosted, IL-5/IL-6 enterprise platform providing acquisition-community-wide access to commercial software tools across engineering, program management, logistics, finance, and contracting functions.
Three-phase TO structure:
LP 2.0 MVP (3 months from award): Core infrastructure supporting up to 10,000 IL-5 / 2,000 IL-6 users; SSO, DAF ICAM onboarding, CAC passthrough, GitLab code repository, and phased migration from LaunchPad 1.0.
LP 2.1 (6 months from award): Autoscaling to 80,000 users (20,000 concurrent); new commercial tool deployment within 6 weeks of ATO receipt; cloud spend prediction.
LP 2.2 (12 months from award): Government-approved Cross-Domain Solution for IL-5 to IL-6 file transfer; ephemeral enclave support; air-gapped deployment capability.
The environment must support controlled connectivity for DoD-approved LLMs and commercial AI platforms as a baseline requirement across all phases.
Government retains ownership of all architecture, IaC, CaC, and hardened containers.
POP: 1-year base with up to two 12-month option periods.
SLA: 99.9% uptime; 4-hour MTTR for critical incidents.
The Problem
LaunchPad 1.0 is engineering-centric and does not serve finance, logistics, contracting, or program management functionals at enterprise scale.
The platform must grow from 4,000 current accounts (400 active weekly) to 80,000 accounts (8,000 active weekly) by 30 Sep 2030, while maintaining uninterrupted IL-5 and IL-6 operations throughout the build-out.
The Path Forward
Written responses and Industry Day registration requests are both due 07 Apr 2026.
Government may host an Industry Day in/near Dayton, OH to shape requirements ahead of a potential future TO solicitation; attendance capped at 3 representatives per organization.
15) HARD-KILL C-SUAS
ACC / Point Defense Battle Lab | RFI | Response Due: 30 Apr 2026 | SAM.gov link
Seeking
PDBL is identifying vendors with kinetic hard-kill solutions capable of defeating Group 1–3 sUAS threats to USAF installations. All solutions must meet three operational requirements:
Ease of use: minimal operator training required
Rapidly deployable: palletized cargo transport; setup by ≤4 personnel within 2 hours
Extreme weather: must operate at -40° ambient and 20–30 mph winds
Technology preference: non-proprietary/interoperable preferred; proprietary submissions accepted if clearly marked.
Six technology types are of interest:
APKWS mid-range precision vehicle and container launchers
Large caliber 30mm gun-based airburst/proximity close-in sustained fire
Small caliber automated weapon stations with C-UAS fire control
Autonomous drone-on-drone kinetic interceptors with AI-guided terminal engagement, 3D-printable to full size
High-energy laser, 2–20kW power range, precision engagement, single-target sequential, atmospheric-sensitive
High-power microwave, GaN solid-state, effective area engagement, swarm-capable, weather resistant
The Problem
The DAF is shifting to a more proactive installation defense posture and requires validated TTPs and technology to defend installations against evolving Group 1–3 threats.
The Path Forward
Market research only — no award from this notice. Responses inform potential future collaboration with PDBL; if a prototyping phase follows, selected vendors will require ATO under DoDI 8510.01. No follow-on contract vehicle or award structure stated.
16) COST ESTIMATING DATA INFRASTRUCTURE AND ANALYTICS (CEMDAR)
Air Force Cost Analysis Agency (AFCAA) | Special Notice (Industry Day) | Registration: Mar 20, 2026 | Event: Mar 26, 2026 | SAM.gov link
Seeking
R&D support to build and sustain enterprise cost estimating data infrastructure for the DAF. Core tasks:
Data pipelines: Design, develop, and maintain automated ETL pipelines integrating CSDR, EVM, SAR, AFTOC, budget, and other data sources into AFCAA’s cloud-based CADOM architecture (currently DAF VAULT and Envision).
Analytics and model development: Conduct cost/schedule/technical studies; develop predictive models, CERs/SERs/TERs, custom applications, and dashboards for CADOM deployment or standalone delivery.
Contracts database (Option CLIN): Maintain and expand AFCAA’s existing KDB with quarterly updates and user training.
CSDR administration (Option CLIN): Support CSDR planning, verification, validation, and compliance for DAF ACAT I programs under DoDI 5000.73.
Minimum SECRET clearance required for all personnel; specific tasks may require TOP SECRET/SCI.
The Problem
DAF cost estimating currently relies on fragmented desktop tools, standalone commodity datasets, and low-volume static reporting.
AFCAA is executing a structural shift to integrated, cloud-based platforms and scalable data pipelines to produce higher-quality, higher-volume estimates in support of programming, budgeting, and acquisition decisions — including force design and program trade-off analysis.
The Path Forward
Virtual Industry Day via Microsoft Teams on Mar 26, 2026.
A formal solicitation is anticipated under related notice FA701426SSCEMDAR; contract vehicle, POP, and ceiling not specified in this notice.
SEC III - Navy / USMC
17) AI MODEL DEVELOPMENT FOR INTEL ANALYSIS
Office of Naval Intelligence | Sources Sought | Response Due: 31 Mar 2026 | SAM.gov link
Seeking
Continuation and extension of AI model development for analyst workflows, building on work performed under SBIR Phase III FA259520D0001.
Key requirements include:
Model development, evaluation, and extension: data collection, training, benchmarked evaluation scoring, cold-start evaluators (LLM-as-judge and heuristic rules), and adaptation to new mission threads and data types.
Deployment readiness: finalized packages with full documentation, onboarding guidance, labeling rubric, and a post-deployment transition roadmap covering maintenance, updates, and long-term sustainment.
Mission-aligned data pipelines: design, source vetting, validation, and data security and privacy compliance.
Integration, testing, technical data support (drawings, documents, and specifications), government personnel training, and ongoing maintenance on government-designated platforms.
The Problem
Likely: AI models developed under prior SBIR Phase III work require further maturation, structured evaluation, and a managed transition before reaching production readiness in ONI’s operational environment.
The Path Forward
Responses will inform a potential follow-on contract; set-aside for 8(a) or other small business categories is under consideration.
18) MULTISPECTRAL CAMOUFLAGE OVERGARMENT
PM CSS / PdM CSSE | Sources Sought | Response Due: 22 Apr 2026 | SAM.gov link
Seeking
Vendors capable of developing a single-piece, full-body multispectral camouflage overgarment suppressing detection across VIS (400–700nm), NIR (700–900nm), SWIR (900–2500nm), MWIR (3–5µm), and LWIR (8–14µm).
Key thresholds include MWIR and SWIR ground suppression to 2,000m (T) and MWIR aerial suppression to 5,000m (T).
The garment must weigh <3.5 lbs (T) / <2.0 lbs (O), don/doff in ≤15 seconds over full combat load, and fit the 2nd–98th percentile Marine under Individual Approach March Load and standard combat equipment.
Additional requirements cover performance across polar, humid, dry, and maritime environments including -40°F to 140°F (O); 25 (T) / 50 (O) laundering cycles; ≥3-year (T) / >5-year (O) shelf life; 90-day (T) / 365-day (O) operational durability; and full CBRNE compatibility.
The Problem
Likely: Adversary ground and aerial ISR platforms—including thermal and multispectral sensors—detect individual Marines at operationally significant ranges, degrading survivability and maneuver freedom in contested environments.
Likely: No current individual-wear solution meets the combined broadband spectral, weight, and durability requirements at the scale needed for force-wide fielding.
The Path Forward
Responses will inform a future acquisition; following a limited user evaluation, the program anticipates IOC of 13,000 units in FY27, FOC of 61,222 by FY30, and transition to a sustained program of record in FY31—subject to funding and validation.
Written questions accepted through 2 Apr 2026; white papers due 22 Apr 2026.
19) FLEET DATA ANALYTICS AND AI MODERNIZATION
United States Fleet Forces Command (USFFC) | Sources Sought | Response Due: 27 Mar 2026 | SAM.gov link
Seeking
Contractor support across 27 functional areas augmenting the USFFC Chief Data and Artificial Intelligence Office (CDAO) and Fleet subordinate commands. Key capability areas include:
AI/ML model development, MLOps lifecycle management, and predictive/prescriptive modeling
Data visualization and interactive dashboard development using Qlik, Tableau, and Power BI
Application development on the Microsoft/Azure stack (C#, .NET, Azure AI, Power Platform, SPFx)
Enterprise data strategy, governance frameworks, and data quality documentation — Governing Publications List due 60 business days post-award; final strategy due 90 business days post-award
Cloud and distributed computing on Navy-approved platforms, plus technical architecture assessment and documentation
Plus additional requirements for change management, strategic communications, training enablement, and program management.
All personnel require active Secret clearances; Secret facility clearance required at the firm level, verified via DCSA within 30 days of the RFI closing date.
The Problem
USFFC’s command-level Chief Data and Artificial Intelligence Office requires contractor support to develop, sustain, and scale enterprise analytics and AI capabilities across Fleet subordinate commands in support of readiness execution under the OFRP and GMRP.
Likely: data and analytics capacity is fragmented across Fleet subordinate commands, limiting USFFC leadership’s ability to produce integrated, timely, decision-quality insight at the enterprise level.
The Path Forward
Set-aside determination pending.
Anticipated follow-on: single CPFF contract or task order, 12-month base + four 12-month options + up to 6-month extension (FAR 52.217-8), targeting start January–March 2027.
20) SUBMARINE ACQUISITION / ENGINEERING PROGRAM SUPPORT (SHAPM)
NAVSEA Team Submarine | Updated Presolicitation | Response Due: 27 Mar 2026 | SAM.gov link
Update: Draft SOW, personnel qualifications, and Sections L&M posted 12 Mar 2026; Solicitation expected within ~2 weeks of posting.
Seeking
Total follow-on to N0017819D8498/N6660422F3004 (Serco) for contractor support across COLUMBIA (SSBN), VIRGINIA (SSN), and Future Attack Submarine program offices, plus Marine Engineering and Maritime Industrial Base.
Task areas span:
Program management: acquisition documentation, milestone planning, risk and opportunity management, and strategic business planning
Business and financial management: budget development and execution, EVMS oversight, and cost estimating across SCN, RDT&E, OPN, O&MN, NSBDF, WCF, and FMS appropriations
Technical and engineering: systems engineering, software development (CMM Level 3+), cybersecurity/RMF accreditation, T&E, and M&S VV&A
SUBSAFE and Fly-By-Wire (FBW): certification program support, LAR review and analysis, and specification maintenance
Integrated logistics support: sustainment planning, configuration management, training development, and logistics innovation including digital twin and CBM+ development
FMS and international agreements: Polaris Sales Agreement support for UK Dreadnought Class strategic weapons systems and FMS case execution
ESOH: NEPA/EO 12114 compliance, hazardous material management, and submarine discharge regulatory analysis
The Problem
TSUB simultaneously manages COLUMBIA (SSBN), VIRGINIA (SSN), and Future Attack Submarine programs alongside UK Polaris Sales Agreement obligations.
Sustained focus on shipbuilding activity across TSUB programs has increased the scope and level of effort required relative to the incumbent contract.
The Path Forward
Solicitation releases ~2 weeks from 12 Mar (Q2 FY26); only firms with an active SeaPort-NxG MAC award may submit as prime.
Contractor-owned TS-capable conference facilities within 0.5 miles of Washington Navy Yard; two rooms required (min. 40-person and 20-person capacity); 20-person room must support TS-level briefings; local support office within 50 miles of WNY
21) S&T INDUSTRY DAY 2026 — NAVAL RESEARCH LABORATORY
Naval Research Laboratory | Special Notice (Industry Day) | Registration Due: Apr 19, 2026 | Event: Apr 28, 2026 | SAM.gov link
Seeking
Focus areas:
Materials Science: Ultra-low Power Magnetic Field Sensors; Ultra-High Temperature Strain Measurement via Autogenous Optical Diffraction; Programmable Robotic Six-Degree of Freedom Mechanical Testing Systems
Multifunctional Materials: Core-shell nanocomposites with enhanced optical, thermal, and mechanical properties
Chemistry: Low-cost material solution for end-of-life battery deactivation
Space Science: Space Weather Instruments
Discussions available at Unclassified, CUI, or Classified/Secret levels as appropriate.
The Problem
Likely: NRL is seeking industry partners to advance these technologies from research stage to system-level capability.
The Path Forward
Register by Apr 19, 2026; event is Apr 28, 2026 at NRL headquarters in Washington, DC. Non-attendance does not preclude participation in any future RFP, CRADA, licensing arrangement, or teaming agreement.
SEC IV - DARPA
22) AI HARDWARE VULNERABILITY RESEARCH TOOLS
I2O | ERIS Shopping Notice | Response Due: 31 May 2026 | SAM.gov link
Seeking
Tools that address vulnerability gaps in AI hardware accelerators (GPUs, NPUs, and TPUs), including disassemblers, debuggers, emulators, fuzzers, and interposers.
Solutions must address parallel processing at scale; proposals scoped to a single vendor or system will be evaluated unfavorably.
Strong submissions will demonstrate expertise in both vulnerability research and parallel processing, with a track record of developing broadly adopted software tools — open-source contributions are a positive differentiator.
Developed tools may be open-sourced where appropriate.
DARPA I2O is shopping for these solutions through the Expedited Research Innovation System (ERIS) Marketplace — a venue for post-competitive, awardable solutions where qualifying submissions are eligible for consideration and award by I2O.
The Problem
Standard vulnerability research tools have not kept pace with AI hardware architectures — existing options are largely vendor-locked, proprietary, or inadequate for in-depth analysis.
Current tools operate on single threads or processes, leaving a large blind spot for security researchers attempting to analyze the scale of parallel processing inherent to AI accelerators.
The Path Forward
Respondents with existing ERIS Marketplace solutions should email eris@darpa.mil with the solution title and video URL; new submissions go through DARPAConnect (DARPA's online submission portal) under the "Strategic Systems" topic area.
Solutions submitted through 31 May 2026 that clear the standard ERIS awardability assessment will be considered by I2O for award.
23) AI THAT LEARNS, REASONS, AND CAN PROVE WHY (CLARA)
DARPA/DSO | Updated Disruption Opportunity (OT) | Response Due: 17 Apr 2026 | SAM.gov link
Update: Amendment 1 (posted 11 Mar 2026) extends the proposal deadline to 17 Apr 2026, the award target to 16 Jun 2026, and program start to 22 Jun 2026. Clarifies FFRDC/UARC eligibility and disambiguates two uses of “Bayesian Logic Programs.” No scope changes.
Seeking
Research that combines two types of AI — pattern-learning systems (machine learning) and rule-based logic systems (automated reasoning) — into a single architecture that is powerful, scalable, and whose outputs can be independently verified and explained.
The program has two tracks; proposals must pick one, and no organization may win both:
TA1 (primary): Build and demonstrate a new approach to tightly pairing at least one ML method with at least one AR method. Phase 1 requires the combination to match or beat state-of-the-art accuracy while being fully verifiable and running in polynomial time. Phase 2 adds a second ML method and requires the system to learn new tasks from less data than conventional approaches.
TA2 (integration): Build a shared software library that plugs in and connects the validated TA1 tools under a common structure — shared data formats, interfaces, and step-by-step explanation outputs. Fewer awards than TA1.
Each award is capped at $2,000,000 total — Phase 1 base ≤$1,350,000 (15 months), Phase 2 option ≤$850,000 (9 months); up to $100,000 may shift between phases.
Hackathon milestone payments (top-performing TA1 team only, per phase) count against the $2,000,000 cap; all other milestones must total ≤$1,940,000.
The Problem
Today’s AI forces a hard tradeoff: machine learning is flexible and powerful but cannot reliably explain or prove its outputs; rule-based logic systems are verifiable and explainable but break down at scale when problems get complex.
No existing approach resolves both at once — and that gap makes current AI too limited and too opaque for national security applications.
The Path Forward
The optional abstract deadline passed 2 Mar 2026; full proposals are due 17 Apr 2026 via the DARPA BAA Portal (baa.darpa.mil).
DARPA targets award execution by 16 Jun 2026 — DARPA reserves the right to terminate negotiations if award is not executed by that date; program start is 22 Jun 2026.
Associate Contractor Agreements are required between each TA1 team and TA2 only (not between TA1 teams) and must be in place within three months of award. All software produced must be open-sourced under a commercialization-friendly license (Apache 2.0 preferred).
FFRDCs may participate as subawardees under a prime’s OT only — DARPA will not issue separate contracts to them directly; costs must be clearly segregable.
UARC proposals require an OCI mitigation plan.
24) DESIGN PRINCIPLES FOR NEXT-GEN AERONAUTICAL SYSTEMS (AutoDIDACTS)
DSO | Special Notice (Proposers Day – Anticipated BAA) | Registration Due: 18 Mar 2026 | Event: 1 Apr 2026 | SAM.gov link
Seeking
Teams combining three capabilities to build automated tools that discover universal, data-driven design principles for aircraft and turbulence control across a range of flight conditions:
Compact, tunable experimental rigs that generate high volumes of precision turbulence data.
Data-informed methods to extract accurate, generalizable design rules and predictive models from that data.
Domain expertise to design and demonstrate solutions for end-of-program challenge problems — illustrative areas include MAV endurance, adaptive flight control, supersonic optimization, and optical communications in turbulent atmospheres (final topics defined in forthcoming BAA).
The Problem
Current computational tools lack design principles that are both accurate and generalizable across flight regimes — from low-speed MAVs to supersonic and extreme conditions — constraining rapid design space exploration.
The absence of these principles limits multi-objective optimization across DoW aeronautical programs.
The Path Forward
Registration closes 18 Mar 2026; capacity capped at 350, waitlist after. BAA anticipated March 2026 on SAM.gov and Grants.gov. Near-term actions:
Lightning Talk slides due 27 Mar 2026 to AutoDIDACTS@darpa.mil.
One-page teaming profiles due 3 Apr 2026 to AutoDIDACTS@darpa.mil.
PM Vengalattore sidebars available first-come, first-served on event day.
25) SATELLITE POWER AND THERMAL CAPACITY SURVEY
DARPA | RFI | Response Due: 27 Mar 2026 | SAM.gov link
Seeking
DARPA wants to know how many high-power satellites industry can build and launch through 2030 — and how those satellites manage the heat generated by high-power-consumption payloads such as space-based data centers.
Respondents may address one or more orbit regimes:
LEO: satellites delivering >3kW and >10kW to the payload; launch volume by year/quarter 2025–2030; TRL/MRL; cost, technical, and schedule risk by funding source (internal vs. government-funded).
MEO: >5kW and >20kW; same data set.
GEO: >5kW and >20kW; same data set.
Cislunar: >5kW and >20kW; same data set.
On cooling: current methods for managing payload heat; design and test experience above stated power thresholds; TRL/MRL; perspectives on variable emissivity surfaces, embedded/on-die cooling, and rollout or inflatable radiators.
The Problem
Likely: recent commercial advances now make high-power satellites available at scale across multiple orbit regimes. DARPA is assessing that capacity before committing program resources.
The Path Forward
No award from this notice — responses may inform a future BAA or other solicitation, if any.
Submit to DARPA-SN-26-52@darpa.mil by 27 Mar 2026; classified supplements handled separately through the same POC. Open to all entity types, including foreign nationals.
26) SPACECRAFT THRUSTERS THAT RUN ON AIR INSTEAD OF STORED PROPELLANT (CASTOR)
DSO | Prototype OTA | Response Due: 27 Apr 2026 | SAM.gov link
Seeking
A key thruster component—the electron emitter— that runs on air or water instead of xenon, matching today’s performance benchmarks for output, efficiency, and lifespan.
Phase 1 requires 1A output sustained for 100 hours at <50 W/A and <10 sccm/A; Phase 2 scales to 30A for 1,000 hours at <20 W/A and <5 sccm/A.
Proposals must specify the emission approach and back it with calculations or test data—submissions without quantitative support may be disqualified.
The Problem
Current electron emitters fail on contact with oxygen, locking spacecraft into noble gases as the only viable propellant.
Likely: Solving this would allow low-orbit spacecraft to draw propellant directly from the surrounding atmosphere, reducing dependence on stored fuel.
The Path Forward
Two-phase, 21-month OT for Prototype: Phase 1 (9 months, $350K) covers design and staged testing; Phase 2 (12 months, $550K) ends with hardware delivery to the Government; combined ceiling is $900K including any cost share.
Phase 1 performance does not guarantee Phase 2 selection; if award is not executed by 26 Jun 2026 DARPA may terminate negotiations—program start assumed 29 Jun 2026.
SEC V - OTHER OSD / JOINT
27) SOF UNMANNED SYSTEMS INTEGRATION AND TACTICAL-EDGE SUSTAINMENT
USSOCOM SOF AT&L | CSO Call | Response Due: 01 Apr 2026 | SAM.gov link
Seeking
Solutions across two AOIs; open architecture, interoperability, and adherence to widely accepted open standards (e.g., CMOSS, SOSA) required for both:
AOI I — Maritime UxS Family of Systems: Multi-domain common control interface enabling a single operator to command heterogeneous unmanned platforms (air, surface); modular payloads and autonomous multi-system coordination without continuous operator input.
AOI II — Theater Edge Innovation Labs (TEIL): Infrastructure, fabrication equipment, and tools supporting UxS training, modification, and sustainment at CONUS and OCONUS partner locations; includes additive manufacturing, AR/VR training, predictive maintenance platforms, and rapid payload integration.
The Problem
Likely: existing UxS procurement has produced siloed, non-interoperable capabilities that increase operator cognitive burden and inhibit cross-domain coordination in contested environments.
Likely: forward-deployed units lack organic capacity to modify, repair, or rapidly integrate new UxS capabilities at the tactical edge.
The Path Forward
Submit a Solution Brief (≤5 pages or ≤10 slides) to named POCs via email; submission window is 18 Mar–01 Apr 2026.
Three-phase structure — Government may bypass Phase II and advance directly from Phase I to Phase III:
Phase I: White paper evaluation; Gov targets 15-day response.
Phase II: Optional pitch/demo at company expense; Gov targets 15-day evaluation.
Phase III: RPP leading to FFP contract or OTA (10 U.S.C. § 4022); non-competitive follow-on production OTA available on prototype completion.
Submissions evaluated on Technical Merit, Relevancy, Innovation, Business Viability (TAA compliance may apply), and Affordability; POP generally ≤18 months; foreign-owned entities eligible subject to export clearance; no set-aside; no funding ceiling stated.
28) GEOINT ANALYTIC SYSTEMS SUSTAINMENT & MODERNIZATION (MERCURY)
NGA PEOAA – Analytic Technologies (PAT) | RFI | Questions Due: 19 Mar 2026 | Response Due: 2 Apr 2026 | SAM.gov link
Seeking
Lifecycle support for 15 named GEOINT analytic systems, with additional systems expected to be added during performance. Scope also covers the ASPEN major system acquisition. Services span seven categories:
Systems Engineering & Integration: full lifecycle management, Agile/digital engineering, ART/backlog management, architecture views and system roadmaps
Software Development: IOC-to-FOC capability development, sprint/release planning, integration and deployment
Software Maintenance: corrective, adaptive, preventive, and perfective maintenance, including AI/ML feature integration
Operations Support: system/database/content administration and Tier 2/3 help desk support
Security Engineering: ICD 503 and NGA ATO compliance, IDAM, and continuous monitoring
Technical Support Services: configuration management, training development, user engagement, and program scheduling
Ad-hoc Engineering: time-bounded support for unplanned tasks across any service category
The Problem
NGA’s analytic systems frequently cross program boundaries and fall outside any single mission set, creating sustained demand for a cross-project support vehicle. Mercury is the direct follow-on to the Chinook contract, with similar scope.
The Path Forward
Responses (15-page white paper).
Government is considering a single award or IDIQ with one or multiple vendors; minimum 5-year POP structured in annual increments, with potential for a longer term.
TS/SCI required for classified work; Key Personnel must hold CI polygraph; SCIF access required at award;
OCI disclosures required per FAR Part 9.5; draft PWS attached — requirements subject to change before any RFP.
29) AI-POWERED GEOSPATIAL IMAGERY ANALYSIS
NGA | Updated (RFI) | Response Due: 6 Apr 2026 | SAM.gov link
Update: Deadline corrected to 6 Apr 2026; RFI questions revised; Q&A spreadsheet added 16 Mar 2026. Original notice published 5 Mar 2026.
Seeking
An AI/ML-powered service that automatically detects, extracts, and attributes geospatial features from imagery and raster maps, that feeds into NGA’s Foundation Digital Twin (FDT) for feature registration and storage (delivered via API).
Five capability requirements:
Detection and extraction: Handles multiple imagery types (EO, SAR, hyperspectral, multispectral) and raster maps; supports monoscopic and stereoscopic extraction; handles single and batch jobs.
Quality and validation: Confidence scoring built in; analyst review workflow required; 80% minimum / 99% target accuracy for topographic, maritime, and aeronautical features.
Change detection: Automatically flags new, modified, and discrepant features against existing databases; prioritizes alerts for analyst review.
System integration: Open, modular design; integrates with NGA’s VCPS and FDT platforms; supports GDB, Shapefile, and TDS 7.1 formats.
Performance and security: Processes a standard 1GB file in under 10 minutes; 99.9% uptime; compliant with DNI ICD 503.
TS/SCI clearances required for site access at NGA Washington and NGA St. Louis. Respondents must disclose and address any OCI
The Problem
NGA Foundation GEOINT analysts spend significant time on repetitive manual feature extraction, conflation, and validation — work that is a strong candidate for automation.
The goal is to cut processing time, improve data accuracy, and support the NGA 2035 GEOINT Concept of Operations.
The Path Forward
Responses may inform a future RFP; no follow-on timeline stated.
If an RFP is released: 12-month base period, four 12-month options, primary performance at contractor facilities.
NGA may request follow-on meetings to clarify capability and assess risk.
30) MAN-PORTABLE EXPLOSIVE CUTTING CHARGE FOR HARDENED STEEL TARGETS (ECC)
USSOCOM | Sources Sought | Response Due: 11 Apr 2026 | SAM.gov link
Seeking
Vendors capable of designing a man-portable, man-emplaced ECC to sever hardened steel pipe from standoff distance. Key performance parameters:
Target: SAE4140/42H P110 steel pipe, 12” OD x 4” ID ± .125” x 48” L
Standoff: ~48 inches
Size/weight: ≤8” W x 12” L x 10” H; ≤65 lbs
Initiator: RISI RP-83 EBW compatible (alternatives accepted with rationale)
Deployable against both vertical and horizontal targets
The Problem
Likely: Single-operator employment in austere environments drives the requirement. Current solutions fall short on portability and standoff performance against hardened steel targets.
The Path Forward
White papers (≤15 pages) due 11 Apr 2026; responses should address relevant experience, technical approach, M&S and prototyping capabilities, and applicable contract vehicles (e.g., OASIS, GSA Schedules).
Open to businesses of all sizes and socioeconomic categories; no set-aside designated.
Future contract vehicle and timeline not stated.
31) SMALL BUSINESS MATCHMAKING AND EVENT MANAGEMENT PLATFORM (DPN)
Defense Human Resources Activity (DHRA) OSBP | Sources Sought | Response Due: 24 Mar 2026 | SAM.gov link
Seeking
DHRA OSBP seeks a COTS business-matching and event-management platform to connect small businesses with contracting opportunities within DHRA. Key requirements include:
Active FedRAMP authorization required; proof must include full authorization details and package ID from FedRAMP Marketplace.
Buyer and supplier consoles supporting NAICS/SIC-based electronic matching, meeting scheduling, and document/video upload.
Administrative dashboard with real-time analytics, customizable event forms, and 24/7 chat; standalone application, no dependency on DoD enterprise interfaces.
Section 508 + WCAG 2.1 compliance.
Project Manager with 10+ years of federal training and event management experience; minimum two Event/Training Support representatives required.
The Problem
Likely: Managing hundreds of annual small-business engagements through dispersed tools creates redundancies and limits DHRA OSBP’s ability to consolidate outreach data and market research.
The Path Forward
Market research only — no award from this notice; this is a new requirement. Responses will inform set-aside strategy; current classification is 8(a).
Submit a 12-page capability statement — including five past performance references, at least two from DoW or DHS components within the past five years.
*DISCLAIMER / CAVEATS
This newsletter is not associated with any other person, organization, or entity.
Please respond to this email if you feel a correction is warranted.
Please respond to this email if you have any feedback or recommendations.


