...

Noteworthy RFPs

SAS-GPS is proud to offer the Noteworthy RFPs page as a strategic resource for businesses seeking government contract opportunities. By curating and publishing relevant RFPs, we help organizations identify and pursue contracts that align with their capabilities and goals. This initiative reflects our deep expertise in government procurement, backed by over 20 years of experience and a proven track record of securing more than $45 billion in federal awards.

GSA - Multiple Award Schedule

Item
Details
Solicitation #
47QSMD20R0001
Proposals due:
Mar 24, 2030 12:12 pm EDT
Other due dates:
Updated Inactive Date: Apr 08, 2030
Federal Agency:
Department of the Navy, Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic
NAICS Category:
541990 – All Other Professional, Scientific, and Technical Services
Place of Performance:
100 S INDEPENDENCE MALL WEST PHILADELPHIA , 19106
Summary:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Sample Document
Download RFP

MARKETPLACE FOR THE ACQUISITION OF PROFESSIONAL SERVICES (MAPS)

Item
Details
Solicitation #
W15P7T25RMAPS
Set-Aside Type:
Small Bus Set-Aside, Full and Open / Unrestricted
Proposals due:
TBD
Other due dates:
Interested vendors are asked to please complete the MS Form to capture feedback concerning this Draft. Feedback is due no later than 5:00PM EST, February 14, 2025.
Federal Agency:
Department of the Army, Army Materiel Command (AMC), Communications-Electronics Command (CECOM)
NAICS Category:
541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Place of Performance:
CONUS, Aberdeen Proving Ground, Maryland, United States, OCONUS
Value:
Potential ceiling value of $50B
Summary:
The Department of the Army, Army Materiel Command (AMC), Communications-Electronics Command (CECOM) requires knowledge-based professional services for Command, Control, Communication, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) mission support. The initiative merges RS3 with ITES-3S to create a premier marketplace for professional services across five domains: technical services, R&D, management and advisory, high-level IT, and low-level IT. Work includes engineering, logistics, cybersecurity, system integration, business process reengineering, and IT operations. The contract will support strategic planning, program management, IT development, cybersecurity, and enterprise solutions to enhance Army capabilities.
Sample Document
Download RFP

PERSONNEL AND READINESS INFRASTRUCTURE SUPPORT MANAGEMENT SERVICES MDODS POOL SMALL BUSINESS ON RAMP (PRISM)

Item
Details
Solicitation #
47QFHA25K0013
Set-Aside Type:
Small Bus Set-Aside
Proposals due:
TBD
Other due dates:
Responses to the RFI Notice were to have been submitted no later than April 7, 2025. A timeframe for potential Solicitation issuance is TBD.
Federal Agency:
The Department of Defense (DOD), Office of the Secretary of Defense (OSD), Office of the Undersecretary of Defense for Personnel & Readiness’ (OUSD (P&R)
NAICS Category:
541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), 541330 – Engineering Services, 541611 – Administrative Management and General Management Consulting Services
Place of Performance:
CONUS, OCONUS
Value:
The maximum dollar ceiling for the PRISM MATOC, including the Option periods, if exercised, is $1,800,000,000.
Summary:
The Department of Defense, Office of the Secretary of Defense, and the Office of the Undersecretary for Personnel & Readiness (OUSD(P&R)) seeks small business support under the PRISM MDoDS Pool On-Ramp to deliver professional services that enhance personnel and readiness capabilities. This contract aims to provide innovative, cost-effective enterprise solutions that support mission readiness through improved collaboration, integration, and operational efficiency in a dynamic global security environment. Required services span program management, business operations, security, training, engineering, health services, and logistics.

OASIS PLUS MULTI AGENCY CONTRACT (OASIS+)(UMBRELLA)​

Item
Details
Solicitation #
Set-Aside Type:
8(a) Set-Aside Small Bus Set-Aside Full and Open / Unrestricted HUBZone Set-Aside Service Disabled Veteran Owned Small Business Woman Owned Small Business Set Aside
Proposals due:
TBD
Other due dates:
On June 17, 2025 The GSA’s Office of Professional Services and Human Capital Categories (PSHC) released a request for information (RFI) on SAM.gov to explore adding additional domains to the OASIS+ contracts. The RFI closed on July 8, 2025, at 5:00 PM EST. The Contracting Office released an announcement on the GSA Interact on August 19, 2025, to provide Questions and Answers from the OASIS+ Phase II RFI. According to the Q &A, GSA will decide on its future course of action for OASIS+ based on the market research findings. This could involve adding new domains (all or a subset of the new domains), on-ramping new contractors to the original domains, or allowing existing contractors to add new domains via contract modification.
Federal Agency:
The General Services Administration, Federal Acquisition Services’ Office of Professional Services and Human Capital Categories
NAICS Category:
541990 – All Other Professional, Scientific and Technical Services, 238220 – Plumbing, Heating, and Air-Conditioning Contractors, 238290 – Other Building Equipment Contractors, 238320 – Painting and Wall Covering Contractors, 238990 – All Other Specialty Trade Contractors, 336611 – Ship Building and Repairing, 485999 – All Other Transit and Ground Passenger Transportation , 488190 – Other Support Activities for Air Transportation, 488490 – Other Support Activities for Road Transportation, 488999 – All Other Support Activities for Transportation, 531312 – Nonresidential Property Managers, 541310 – Architectural Services, 541350 – Building Inspection Services, 541360 – Geophysical Surveying and Mapping Services, 541370 – Surveying and Mapping (except Geophysical) Services, 541380 – Testing Laboratories and Services, 541611 – Administrative Management and General Management Consulting Services, 541612 – Human Resources Consulting Services, 541613 -Marketing Consulting Services, 541614 – Process, Physical Distribution and Logistics Consulting Services, 541618 – Other Management Consulting Services, 541620 – Environmental Consulting Services, 541690 – Other Scientific and Technical Consulting Services, 541713 – Research and Development in Nanotechnology, 541714 – Research and Development in Biotechnology (except Nanobiotechnology), 541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), 541720 – Research and Development in the Social Sciences and Humanities, 56121- Facilities Support Services, 561499 – All Other Business Support Services, 561611 – Investigation and Personal Background Check Services, 562112 – Hazardous Waste Collection, 562211 – Hazardous Waste Treatment and Disposal, 562910 – Environmental Remediation Services , 621511 – Medical Laboratories
Place of Performance:
United States (Primary), OCONUS, CONUS
Value:
Approximately $133.7 Billion of the federal spending over the 10-year period of performance.
Summary:
The GSA’s upcoming Services MAC, also known as OASIS+, is a next-generation, Best-in-Class contract vehicle designed to meet the federal government’s evolving need for complex, integrated services. Replacing legacy contracts like OASIS, HCaTS, and BMO, it offers greater flexibility by supporting both commercial and non-commercial services across all contract types. The program emphasizes streamlined acquisition, continuous onboarding of highly qualified vendors, and reduced procurement duplication. With domain-based scopes covering areas like technical, advisory, environmental, and intelligence services, OASIS+ aims to provide a total solution for federal mission support.

CONTRACTED MAINTENANCE MODIFICATION AIRCREW AND RELATED SERVICES (CMMARS)

Item
Details
Solicitation #
N6852024RFPREQF0000000199
Set-Aside Type:
Full and Open / Unrestricted
Proposals due:
TBD
Other due dates:
The Solicitation release timeframe is TBD. The Award is anticipated to be made in Q2 FY2026
Federal Agency:
Department of the Army, Army Materiel Command (AMC), Communications-Electronics Command (CECOM)
NAICS Category:
488190 – Other Support Activities for Air Transportation, 336411 – Aircraft Manufacturing, 336412 – Aircraft Engine and Engine Parts
Place of Performance:
CONUS, OCONUS
Value:
>$1B+
Summary:
The Department of the Navy, Naval Air Systems Command, requires Contracted Maintenance, Modification, Aircrew, and Related Services (CMMARS) to support U.S. Government and Foreign Military Sales (FMS) aviation platforms. The contractor will provide modification, maintenance, inspection, and repair services for fixed-wing and rotary-wing aircraft, unmanned systems, airships, subsystems, weapons, and related aviation systems. The follow-on CMMARS contract will cover multiple platforms, including C-12, E-6, T-34/6, TH-57/73, H-60, UC-35, T-45, and others, with projected task awards from 2027 to 2030.

LOGISTICS CIVIL AUGMENTATION PROGRAM VI (LOGCAP VI)

Item
Details
Solicitation #
PANROC25P0000025256
Set-Aside Type:
Undetermined
Proposals due:
Responses are due by 11:59 PM CT on September 15, 2025.
Other due dates:
An Industry Day is scheduled for October 6-8, 2025. Registration for the in-person Industry Day / 1-on 1 session is due by EOD September 15, 2025. Questions are due by EOD September 19, 2025. Responses to 1-on-1 Questions are due 4:00PM CT on October 8, 2025.
Federal Agency:
The Department of the Army, Army Materiel Command, Army Sustainment Command
NAICS Category:
561210 – Facilities Support Services
Place of Performance:
Moline, Illinois, United States
Value:
>$82B
Summary:
The Department of the Army, Army Materiel Command, Army Sustainment Command has an ongoing requirement to support the Logistics Civil Augmentation Program (LOGCAP), which provides scalable sustainment capabilities to meet commanders’ operational needs in contingency environments. Services include minor construction, refurbishment, facilities and billeting maintenance, food and laundry services, power and water production, waste management, HAZMAT storage, pest control, vehicle and reefer maintenance, fire protection, postal and transportation operations, MWR support, janitorial services, and more. These services may be required individually or in combination at multiple global sites, with scope and complexity subject to rapid change.

ARMY OPEN SOLICITATION (AOS)

Item
Details
Set-Aside Type:
Full and Open / Unrestricted
Proposals due:
This Opportunity is in Pre-RFP
Other due dates:
Solution Briefs for ENTERPRISE_25-04 Global Force Information Management (GFIM) Objective Environment (OE) must be submitted to Steven Claeys and Leslie Dickson no later than August 18, 2025 at 12:00 PM ET. Final submissions for Enterprise_25-03 to be considered for Phase 1 shall be August 12, 2025. Solution Briefs are due no later than 5:00 PM CT on August 12, 2025.
Federal Agency:
The Department of the Army, Army Contracting Command, Digital Capability Contracting Center of Excellence
Place of Performance:
United States
Value:
TBD
Summary:
The Army Contracting Command is seeking innovative, commercial solutions through its Army Open Solicitation (AOS) to support all Army mission areas and enhance the Army’s operational effectiveness. The solicitation aims to accelerate the adoption of advanced technology and expand the industrial base, with a focus on rapidly acquiring and delivering solutions to the Warfighter. The AOS covers a wide range of areas, including intelligence, ground combat systems, aviation, and supply chain, and it outlines specific calls for solutions for projects like the Army Training Management Capability (ATMC) and the Tactical Contamination Mitigation System (TCMS). These projects require prototypes that can address critical needs, such as a unified platform for HR services and a man-portable system for tactical decontamination.

SOF GLOBAL SERVICES DELIVERY (SOFGSD)

Item
Details
Solicitation Number:
H9240025RE002
Set-Aside Type:
Small Bus Set-Aside
Proposals due:
This Opportunity is in Pre-RFP
Other due dates:
The projected award announcement is in February 2026, with an anticipated performance start date of June 2026.
Federal Agency:
The Department of the Army, Army Contracting Command, Digital Capability Contracting Center of Excellence
NAICS Category:
541611 – Administrative Management and General Management Consulting Services
Place of Performance:
Macdill Air Force Base, Florida, United States
Value:
This opportunity has an estimated value of $3.2B
Summary:
The U.S. Special Operations Command (USSOCOM) needs a contractor to provide a range of services under its SOF Global Services Delivery (SOFGSD) requirement. This includes support for Education and Training, such as curriculum development, vocational training, and translation services. The contractor will also provide Management Support, offering strategic planning, data collection, and public relations assistance. Other key areas of support include Program Management, Engineering and Technical Services, and various Professional Services like multimedia support and physical security. Finally, the contractor will be responsible for Administrative and Other Services, which involve improving administrative workflows and using information technology to enhance organizational efficiency.

VA ENTERPRISE DESIGN BUILD AND CONSTRUCTION MATOC

Item
Details
Solicitation Number:
36C10F25R0001
Set-Aside Type:
Undetermined
Proposals due:
This Opportunity is in Pre-RFP
Other due dates:
The first Industry is scheduled on August 20, 2025, at 3:45 PM EDT. The secondary Industry Day will be held virtually on September 4, 2025, at 1:00 PM ET. Registration to the event is due no later than COB, on September 2, 2025.
Federal Agency:
The Department of the Army, Army Contracting Command, Digital Capability Contracting Center of Excellence
NAICS Category:
236220 – Commercial and Institutional Building Construction
Place of Performance:
United States
Value:
The available capacity for this MATOC is $7,500,000,000.
Summary:
The Department of Veterans Affairs (VA) is seeking bids for a major construction contract to support its enterprise-wide facilities. This **Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)** will cover a wide range of design, construction, and engineering projects for the Veterans Health Administration (VHA), including new builds, renovations, and maintenance. The contract is intended to serve all VA healthcare programs and can also be utilized by other federal entities. The scope of work includes everything from general healthcare facility construction and upgrades to parking garages, utilities, and historic building renovations.

GOLDEN DOME FOR AMERICA

Item
Details
Solicitation Number:
MDARFI001
Set-Aside Type:
Undetermined
Proposals due:
This Opportunity is in Pre-RFP
Other due dates:
The Summit is scheduled for August 7, 2025 from 1:30 PM CT to 5:00 PM CT. Registration is due no later than 11:59 PM CT on August 5, 2025. Please note, the Summit is a separate event from the SMD symposium.
Federal Agency:
The Department of Defense (DoD), Missile Defense Agency (MDA)
NAICS Category:
541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Place of Performance:
United States
Value:
To Be Determined
Summary:
The Missile Defense Agency (MDA) is seeking a contractor for the “Golden Dome for America” program. This initiative focuses on defending the United States against advanced aerial threats, including ballistic, hypersonic, and cruise missiles. The program requires the acceleration of the Hypersonic and Ballistic Tracking Space Sensor layer and the development of proliferated space-based interceptors. Additionally, it involves deploying underlayer and terminal-phase intercept capabilities, establishing a secure supply chain, and developing non-kinetic capabilities to augment missile defense.

MULTIPLE AWARD SCALABLE HOMELAND INNOVATIVE ENTERPRISE LAYERED DEFENSE INDEFINITE DELIVERY INDEFINITE QUANTITY (SHIELD)(IDIQ)

Item
Details
Solicitation Number:
HQ085925RE001
Set-Aside Type:
Full and Open / Unrestricted
Proposals due:
Proposals are due no later than 4:00 PM CT on October 10, 2025.
Other due dates:
The period of performance is anticipated to begin on December 5, 2025.
Federal Agency:
The Department of Defense (DoD), Missile Defense Agency (MDA)
NAICS Category:
541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Place of Performance:
OCONUS, CONUS
Value:
According to the RFP, the Maximum Value of this IDIQ contract is $151B.
Summary:
The Missile Defense Agency (MDA) is seeking a contractor for a multi-domain defense system to protect the United States, its forces, and allies from advanced aerial threats. This contract will provide a continuous, layered defense against a wide range of threats, including ballistic, hypersonic, and cruise missiles. The project focuses on the rapid development and delivery of innovative capabilities using technologies like artificial intelligence, digital engineering, and open systems architectures. The work includes all stages of a program lifecycle, from research and development (R&D) and prototyping to production, testing, and sustainment, covering both hardware and software.
Sample Document
Download Draft RFP

GRANT PROGRAMMATIC ADMINISTRATION AND TECHNICAL SUPPORT FOR FEMA GRANT PROGRAMS DIRECTORATE (GPATS)

Item
Details
Solicitation Number:
F2025069802
Set-Aside Type:
8(a) Set-Aside
Proposals due:
This Opportunity is in Pre-RFP.
Other due dates:
The Solicitation remains anticipated to be released as an 8(a) set-aside on or about November 15, 2025, according to APFS. The Award remains projected to be made in Q3 FY2026.
Federal Agency:
The Department of Homeland Security, Federal Emergency Management Agency
NAICS Category:
541611 – Administrative Management and General Management Consulting Services
Place of Performance:
District Of Columbia, United States
Value:
According to APFS F2025069802, the estimated value is between $50M to $100M.
Summary:
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), requires a contractor to provide a variety of grant programmatic, administration, and technical support services across its Grants Program Directorate (GPD).

Fill Out the Form to Download Our Capability Statement

Want to Download our Capability Statement?

Fill out the form to download Our Capability Statement.