<?xml version="1.0" encoding="UTF-8" standalone="no"?><rss xmlns:atom="http://www.w3.org/2005/Atom" version="2.0">
<channel>
<atom:link href="https://www.rfpmart.com/country/usa-rfp-bids.xml" rel="self" type="application/rss+xml"/>
<title>RFPMart - USA RFPs</title>
<description>List of Latest USA RFPs Posted on RFPMart</description>
<copyright>RFPMart LLC</copyright>
<language>en-us</language>
<link>https://www.rfpmart.com/usa-rfp-bids.html</link>
<lastBuildDate>Mon, 20 Apr 2026 12:14:16 -0700</lastBuildDate>
<item>
<title>CONS-20402 - USA (Alhambra, California) - Architectural, Engineering and Support Services - Deadline May 19,2026</title>
<description>(1) Vendor needs to provide architectural, engineering and support services to the government authority located in Alhambra, CA.&amp;nbsp;– Provide on–call architectural and engineering and support services for medical, general, and justice projects in various locations throughout the County.(2) All the questions must be submitted no later than May 5, 2026.(3) Pre–bid optional proposal conference will be held on April 30, 2026.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103286-usa-alhambra-california-architectural-engineering-and-support-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103286-usa-alhambra-california-architectural-engineering-and-support-services-rfp.html</guid>
</item>
<item>
<title>CONS-20401 - USA (Connecticut) - Architectural Services - Deadline May 7,2026</title>
<description>(1) Vendor needs to provide architectural services to the government authority located in Connecticut.– On–Call Architectural Services include, but are not limited to, the production of program analysis, conceptual plans, schematic designs, design development, construction drawings and project specifications.– On–Call Architectural Services may also include estimation of construction costs and/or construction administration.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103285-usa-connecticut-architectural-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103285-usa-connecticut-architectural-services-rfp.html</guid>
</item>
<item>
<title>CONS-20400 - USA (Florida) - Continuing Architectural, Engineering, Geotechnical, Surveying, and Construction Support Services - Deadline June 11,2026</title>
<description>(1) Vendor needs to provide continuing architectural, engineering, geotechnical, surveying, and construction support services to the government authority located in Florida.– Architectural services may also include landscape architecture, design services for minor buildings and facilities such as mechanical rooms, bathrooms, gazebos, etc., Leadership in Energy and Environmental Design (LEED) design, and preparation of concept plans and renderings.&amp;nbsp;– Civil Engineering services may also include grading, drainage design, roadway design, multimodal facility design, water and wastewater systems, lift station design, Leadership in Energy and Environmental Design (LEED) design, eminent domain property impact analysis and design of cures to damages, stormwater management systems modeling and design.&amp;nbsp;– Structural design services may also include retaining walls, bridges, drainage structures or other structures associated with transportation and site development. Design of vertical structures.&amp;nbsp;– Traffic analysis services may also include intersection analysis, level of service analysis, complete street design, parking studies, traffic modeling and traffic forecasting.&amp;nbsp;– Geotechnical services may also include soil exploration, soil testing, and arrangement of or performance of materials testing.&amp;nbsp;– Survey services may also include topographic survey, boundary survey, utility survey, GIS services, and preparation of legal descriptions and easements.&amp;nbsp;– Construction Support Services may include contract administration and observation, construction engineering and inspection, value engineering, constructability review, assistance in start–up of facilities and equipment, preparation of operation and maintenance manuals, arrangement for or performance of testing of materials or equipment, estimating and opinion of probable cost.&amp;nbsp;(2) All the questions must be submitted no later than May 14 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103284-usa-florida-continuing-architectural-engineering-geotechnical-surveying-and-construction-support-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103284-usa-florida-continuing-architectural-engineering-geotechnical-surveying-and-construction-support-services-rfp.html</guid>
</item>
<item>
<title>HR-8822 - USA (Alaska) - RFI for Comprehensive Payroll Processing Services for the Executive Branch - Deadline April 27,2026</title>
<description>(1) Vendor needs to provide RFI for comprehensive payroll processing services to the government authority located in AK.&amp;nbsp;– Providing comprehensive pay processing services for the executive branch.– Information gathered will be used to assess any potential gains in productivity, operational efficiency, and accuracy if the State were to contract with a vendor to provide pay processing services.– Provides several statewide services including payroll services for all 15 departments of the executive branch.– Maintaining accurate employee and time and attendance information in the iris human resource management system to process pay for approximately 15,000 executive branch employees.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103283-usa-alaska-rfi-for-comprehensive-payroll-processing-services-for-the-executive-branch-rfp.html</link>
<guid>http://www.rfpmart.com/1103283-usa-alaska-rfi-for-comprehensive-payroll-processing-services-for-the-executive-branch-rfp.html</guid>
</item>
<item>
<title>CONS-20399 - USA (Bend, Oregon) - Construction Quality Assurance and Specialty Inspection Services - Deadline May 14,2026</title>
<description>(1) Vendor needs to provide construction quality assurance and specialty inspection services to the government authority located in Bend, OR.– Capital Improvement Program (CIP) includes the creation of Capital Improvement Projects (projects) to implement the construction and maintenance of storm water, transportation, water, and sewer infrastructure.– On–call services for CIP projects regarding:– Construction material testing;&amp;nbsp;– Services that use industry expertise to provide recommendations and review of quality control plans or project specifications;&amp;nbsp;– Special inspections;&amp;nbsp;– Services that require material testing or technical review regarding quality control; and&amp;nbsp;– geotechnical engineering services.– Provide recommended tests based on geotechnical data of the construction site and nature of construction.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103282-usa-bend-oregon-construction-quality-assurance-and-specialty-inspection-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103282-usa-bend-oregon-construction-quality-assurance-and-specialty-inspection-services-rfp.html</guid>
</item>
<item>
<title>TRANSPORT-10771 - USA (New Jersey) - Emergency Shelter Night Services  - Deadline May 14,2026</title>
<description>(1) Vendor needs to provide emergency shelter night services to the government authority located in New Jersey.– Provide secure temporary emergency shelter for eligible individuals and families.(2) The contract period will be for one year.(3) All the questions must be submitted no later than April 23, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103281-usa-new-jersey-emergency-shelter-night-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103281-usa-new-jersey-emergency-shelter-night-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68161 -  USA (Arizona) - Housing Rehabilitation Consulting Services - Deadline May 7,2026</title>
<description>(1) Vendor needs to provide housing rehabilitation consulting services to the government authority located in Arizona.– The selected consultant will assist the city in implementing federally funded housing activities, including substantial rehabilitation, demolition and reconstruction, and emergency repair of single–family, owner–occupied homes.&amp;nbsp;– Services will include property inspections, development of work specifications, cost estimating, construction oversight, and project close–out.– Support housing rehabilitation activities that benefit low– and moderate–income households.– Consultant will support cost–effective project delivery through reliable cost estimating and bid review, provide ongoing construction oversight and inspections, and ensure proper approval of work for payment.(2) Pre–bid meeting will be held on May 07, 2026.(3) All the questions must be submitted no later than April 24, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103280-usa-arizona-housing-rehabilitation-consulting-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103280-usa-arizona-housing-rehabilitation-consulting-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68160 - USA (New York) - Capital Region Resilience Improvement Plan Services  - Deadline June 3,2026</title>
<description>(1) Vendor needs to provide capital region resilience improvement plan services to the government authority located in New York.– The plan will identify hazards that face the region, identify vulnerable infrastructure, prepare a project prioritization using the risk–based framework, and develop project concepts and strategy recommendations.– The Transportation Council will administer the consultant contract and manage the study.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103279-usa-new-york-capital-region-resilience-improvement-plan-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103279-usa-new-york-capital-region-resilience-improvement-plan-services-rfp.html</guid>
</item>
<item>
<title>DRA-10443 - USA (Port Hueneme, California) - Data Collections and Monitoring Services - Deadline April 24,2026</title>
<description>(1) Vendor needs to provide data collections and monitoring services to the government authority located in Port Hueneme, CA.&amp;nbsp;– Data collections and monitoring services through data collection software, transformer data communications and services and provide onsite and virtual technical support.– Provide annual service on data collection engine, monitoring, and management tool for device deployment, operation, and maintenance, and data analytics portal that delivers precise, timely Information from the center of the distribution grid.– Provide annual service on remote monitoring, real–time data transfer every 15 minutes, fault detection, and predictive maintenance to monitor transformers, and proactively prevent and identify faults.– Provide annual of service for automated alerts; load &amp; voltage heat maps, feeder voltage profile report.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103278-usa-port-hueneme-california-data-collections-and-monitoring-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103278-usa-port-hueneme-california-data-collections-and-monitoring-services-rfp.html</guid>
</item>
<item>
<title>CONS-20398 - USA (New York) - Upgrade Food Facilities Service  - Deadline May 20,2026</title>
<description>(1) Vendor needs to provide upgrade food facilities service to the government authority located in New York.– The delegated design shall include, but not be limited to, the following:– Selection and sizing of refrigerant piping, including liquid, suction, discharge, and hot gas lines, as applicable.– Selection, sizing, and configuration of condensing unit(s) compatible with the connected dethermalizer equipment.– Determination of refrigerant type, operating pressures, oil management strategy, and accessories required for proper system operation.– Design of piping routing, supports, insulation, traps, and slopes.– Verification of system capacity under design ambient and load conditions, including allowances for line length, elevation change, and pressure drop.– Fabricate nameplates from resin bonded laminated phenolic plastic, 2 inches x 6 inches x 3/16 inch in size with recessed block letters, designating the name of room and temperature at which the room is maintained.(2) Pre–bid Site Visit will be held on May 7, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103277-usa-new-york-upgrade-food-facilities-service-rfp.html</link>
<guid>http://www.rfpmart.com/1103277-usa-new-york-upgrade-food-facilities-service-rfp.html</guid>
</item>
<item>
<title>SW-112798 - USA (Florida) - Cisco Cloud Calling Webex Subscription Services - Deadline April 21,2026</title>
<description>&amp;nbsp;Vendor needs to provide Cisco Cloud Calling Webex Subscription Services.– Solution plus 2Ring Cloud Subscription.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103276-usa-florida-cisco-cloud-calling-webex-subscription-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103276-usa-florida-cisco-cloud-calling-webex-subscription-services-rfp.html</guid>
</item>
<item>
<title>SW-112797 - USA (Wyoming) - Handheld License Plate Recognition Survey and Enforcement System   - Deadline May 14,2026</title>
<description>(1) Vendor needs to provide handheld license plate recognition survey and enforcement system.– Handheld License Plate Recognition (LPR) system to support parking data collection and analysis.– While the system may have enforcement capabilities, any future transition to enforcement use would be subject to separate policy considerations and operational decisions.– Android, iOS, or similar based handheld device with LPR software.– Citation Management System integration (future use)– Parking payment integration capability (future use)– Functions allowing its use as a parking study and survey device (initial purpose).– Browser–based user–interface modules utilize client/server technology or equivalent.&amp;nbsp;– The following general requirements apply to all components or modules:– Windows–based graphical user interface.– Allow for both standard and custom report formats.– Adequate security to allow for different classifications of users.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103275-usa-wyoming-handheld-license-plate-recognition-survey-and-enforcement-system-rfp.html</link>
<guid>http://www.rfpmart.com/1103275-usa-wyoming-handheld-license-plate-recognition-survey-and-enforcement-system-rfp.html</guid>
</item>
<item>
<title>EDUCATION-16532 - USA (Albany, New York) - Implicit Bias Training Services - Deadline May 29,2026</title>
<description>(1) Vendor needs to provide implicit bias training services to the government authority located in Albany, NY.– Create a virtual, instructor–led implicit bias training for its approximately 1,600 employees.&amp;nbsp;– The training must focus on implicit bias and its impact on the work of the Department.&amp;nbsp;– The Contractor must conduct each training in one three–hour virtual session, with no more than 30 staff per session, for approximately 70 sessions.– The training must cover the following topics:&amp;nbsp;&amp;bull; Definition of bias types (e.g., implicit, affinity, confirmation, age, gender, religious belief, disability);&amp;bull; Impact of bias in the workplace;&amp;bull; Principles of diversity, equity, and inclusion;&amp;bull; Workplace/industry–specific scenarios;&amp;bull; Bias mitigation strategies;&amp;bull; Allyship and inclusive behaviours; and&amp;bull; Leadership and accountability.– Provide post–workshop resources such ascurated resource libraries, reflection and application workbooks, and follow–up surveys viaemail with a link to the resources and survey.(2) The contract period will be for two years.(3) All the questions must be submitted no later than May 1, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103274-usa-albany-new-york-implicit-bias-training-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103274-usa-albany-new-york-implicit-bias-training-services-rfp.html</guid>
</item>
<item>
<title>NET-16128 - USA (Redding, California) - Supervisory Control and Data Acquisition Upgrades Services - Deadline May 18,2026</title>
<description>(1) Vendor needs to provide supervisory control and data acquisition upgrades services to the government authority located in Redding, CA.– Provide consultant services for upgrading the existing Supervisory Control and Data Acquisition (SCADA) system.– Server installation and configuration&amp;nbsp;– Procurement and installation of server backup UPS– Firewall and switch installation and configuration.– Virtual Machine licensing and configuration.– Microsoft SQL database license procurement and installation.– Identify monitoring and notification needs, current conditions and capacities, and provide a final recommendation for the required Ignition SCADA software, remote access, and SMS and Voice and phone notification packages for the city.&amp;nbsp;– Rebuild the Tag database to conform to new SCADA software.– Set up and test remote terminals (workstations).– Screen redevelopment shall be performed in collaboration with city staff.(2) All the questions must be submitted no later than April 30, 2026.(3) A mandatory site walk will be held on April 28, 2026.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103273-usa-redding-california-supervisory-control-and-data-acquisition-upgrades-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103273-usa-redding-california-supervisory-control-and-data-acquisition-upgrades-services-rfp.html</guid>
</item>
<item>
<title>HEALTH-9861 - USA (Rochester, New York) - Black, Indigenous and People of Colour Peer Advocate Training and Development program Services  - Deadline May 15,2026</title>
<description>(1) Vendor needs to provide black, indigenous and people of colour peer advocate training and development program services to the government authority located in Rochester, NY.– Providing a Black, Indigenous, People of Color (BIPOC) Peer Advocate Training and Development Program for individuals, adults 18+ with lived experience of recovery from a mental health condition or substance use disorder (SUD).– The course topics will address the effectiveness and practicality of the Peer profession, and supply the knowledge, tools, and skills that inform a well–rounded delivery of Peer services.&amp;nbsp;– The vocational and retention curriculums should be designed to develop key areas of workplace effectiveness, professional development, work readiness, and individual wellness.(2) All the questions must be submitted no later than April 24, 2026.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103272-usa-rochester-new-york-black-indigenous-and-people-of-colour-peer-advocate-training-and-development-program-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103272-usa-rochester-new-york-black-indigenous-and-people-of-colour-peer-advocate-training-and-development-program-services-rfp.html</guid>
</item>
<item>
<title>STAFF-15832 - USA (Newton, New Jersey) - Executive Director and Management Services - Deadline May 6,2026</title>
<description>(1) Vendor needs to provide executive director and management services to the government authority located in Newton, NJ.&amp;nbsp;– Executive director and management services to assist the authority in the administration of its programs and daily operations.– Direct staff in their daily operations and respond to all questions on management and maintenance issues.– Manage all procurement issues, including requests for proposals.– Assistance and advice in developing routine and preventative maintenance plans.– Perform on a timely basis all required inspections throughout the year.– Provide contracted maintenance services for Work–orders and on call maintenance.– Ensure compliance with all applicable state and federal laws and regulations.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103271-usa-newton-new-jersey-executive-director-and-management-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103271-usa-newton-new-jersey-executive-director-and-management-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68159 - USA (Boston, Massachusetts) - Transportation Equity Needs and Barriers Assessment Services - Deadline May 22,2026</title>
<description>(1) Vendor needs to provide transportation equity needs and barriers assessment services to the government authority located in Boston, MA.&amp;nbsp;– Provide input on transportation needs and barriers and to assist with engagement efforts.– Facilitating robust outreach and engagement to residents of Burdened Areas through surveys, interviews, focus groups, attendance at community events, and other methods to collect feedback on key transportation needs and barriers.– Synthesizing information collected to identify and prioritize key transportation needs and barriers that should be addressed by the state.– Responsible for oversight of the assessment and any communication.– Provide an overview of Assessment process successes, challenges, and lessons learned.– Develop a data collection approach to be used throughout engagement efforts.(2) All the questions must be submitted no later than April 29, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103270-usa-boston-massachusetts-transportation-equity-needs-and-barriers-assessment-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103270-usa-boston-massachusetts-transportation-equity-needs-and-barriers-assessment-services-rfp.html</guid>
</item>
<item>
<title>MEDI-7667 -  USA (Rochester, New York) - Pathology Services for the Medical Examiner\'s Office - Deadline May 15,2026</title>
<description>(1) Vendor needs to provide pathology services for the medical examiner&amp;#39;s office to the government authority located in Rochester, NY.– Provide Forensic Pathology Services including, but not limited to: the performance of autopsies, the review of death investigations reported to the County Office of the Medical Examiner.– Perform those examinations and studies of the appropriate type and extent for those cases determined to be in the jurisdiction.(2) The contract period will be for one year.(3) All the questions must be submitted no later than April 24, 2026.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103269-usa-rochester-new-york-pathology-services-for-the-medical-examiner-s-office-rfp.html</link>
<guid>http://www.rfpmart.com/1103269-usa-rochester-new-york-pathology-services-for-the-medical-examiner-s-office-rfp.html</guid>
</item>
<item>
<title>ESTATE-11274 - USA (Dresden, Maine) - Municipal Property Tax Revaluation Services  - Deadline July 1,2026</title>
<description>(1) Vendor needs to provide municipal property tax revaluation services to the government authority located in Dresden, ME.– Conduct a comprehensive revaluation of all taxable and tax–exempt real property.– Professional revaluation services to conduct a town–wide property tax revaluation, with particular emphasis on residential property.– Determination of just value for all taxable and tax–exempt real property.&amp;nbsp;– Exterior and interior inspections (as applicable).&amp;nbsp;– Digital photography and property data verification.&amp;nbsp;– Preparation of digital sketches and updated property record cards.&amp;nbsp;– Sales verification, ratio studies, and market analysis.&amp;nbsp;– Development and calibration of valuation models.&amp;nbsp;– Land valuation and schedule development.– Integration and entry of all valuation data into the Town&amp;rsquo;s assessing software (Trio SQL).&amp;nbsp;– Preparation and mailing support for preliminary valuation notices.– Conducting and supporting informal taxpayer review meetings.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103268-usa-dresden-maine-municipal-property-tax-revaluation-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103268-usa-dresden-maine-municipal-property-tax-revaluation-services-rfp.html</guid>
</item>
<item>
<title>NET-16127 - USA (Chicago, Illinois) - RFI for Border Router Refresh Services - Deadline May 4,2026</title>
<description>(1) Vendor needs to provide border router refresh services to the government authority located in Chicago, IL.– Next–generation Border Routers to replace its existing routing infrastructure.– Full Internet routing tables for IPv4 and IPv6.– Ability to handle large numbers of dynamic sink holes.– Professional services to assist with migration from current cisco routers.– Syslog or Splunk (preferred) support and integration.– ISSU– in service software upgrades.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103267-usa-chicago-illinois-rfi-for-border-router-refresh-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103267-usa-chicago-illinois-rfi-for-border-router-refresh-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68158 -  USA (Maine) - College and Career Access Services  - Deadline May 11,2026</title>
<description>(1) Vendor needs to provide college and career access services to the government authority located in Maine.– Deliver advising and instructional services designed to help adult learners prepare for postsecondary education or training that will lead to a family–sustaining income.– College and Career Access grant is intended to help adult education providers:– Deliver quality advising and individualized career services to adult learners, and/or&amp;nbsp;– Coordinate educational and training services as appropriate to each learner&amp;rsquo;s individual learning pathway plan.(2) The contract period will be for one year.(3) All the questions must be submitted no later than April 29, 2026.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103266-usa-maine-college-and-career-access-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103266-usa-maine-college-and-career-access-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68156 - USA (Sierra Vista, Arizona) - Veterinary Services - Deadline May 15,2026</title>
<description>(1) Vendor needs to provide veterinary services to the government authority located in Sierra Vista, AZ.&amp;nbsp;– Provide veterinary services in support of the city&amp;#39;s animal control office pet adoptions.– Veterinarians wanting to provide services to animals brought to its clinic by the animal control office as part of the adoption process.– Providing part–time veterinary surgical services.(2) All the questions must be submitted no later than May 1,2026.(3) The contract period will be for one year.&amp;nbsp;&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103265-usa-sierra-vista-arizona-veterinary-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103265-usa-sierra-vista-arizona-veterinary-services-rfp.html</guid>
</item>
<item>
<title>TRANSLATION-8105 - USA (New York) - American Sign Language Interpretation Services  - Deadline May 22,2026</title>
<description>(1) Vendor needs to provide american sign language interpretation services.– Deliver American Sign Language (ASL) interpreting services in support of the campus community.– Services will be provided for students, faculty, staff, and visitors at designated campus locations, as well as at off–campus sites as needed.&amp;nbsp;– Assignments may include, but are not limited to, academic courses, meetings, events, programs, and other university–related activities.(2) The contract period will be for one year.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103264-usa-new-york-american-sign-language-interpretation-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103264-usa-new-york-american-sign-language-interpretation-services-rfp.html</guid>
</item>
<item>
<title>MRB-53960 - USA (New Jersey) - Public Relations Services - INFO ONLY, RFP NOT INCLUDED  - Deadline May 14,2026</title>
<description>(1) Vendor needs to provide public relations services.(2) This is a brief information; Main RFP Document is not available on our website.&amp;nbsp;&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103263-usa-new-jersey-public-relations-services-info-only-rfp-not-included-rfp.html</link>
<guid>http://www.rfpmart.com/1103263-usa-new-jersey-public-relations-services-info-only-rfp-not-included-rfp.html</guid>
</item>
<item>
<title>EDUCATION-16531 - USA (Camden, New Jersey) - Preschool Curriculum Materials, Assessment System, and Professional Development Services- INFO ONLY, RFP NOT INCLUDED  - Deadline May 8,2026</title>
<description>(1) Vendor needs to provide preschool curriculum materials, assessment system, and professional development services to the government authority located in Camden, NJ.&amp;nbsp;(2) All the questions must be submitted no later than April 24, 2026.&amp;nbsp;(3) This is a brief information; Main RFP Document is not available on our website.&amp;nbsp;&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103262-usa-camden-new-jersey-preschool-curriculum-materials-assessment-system-and-professional-development-services-info-only-rfp-not-included-rfp.html</link>
<guid>http://www.rfpmart.com/1103262-usa-camden-new-jersey-preschool-curriculum-materials-assessment-system-and-professional-development-services-info-only-rfp-not-included-rfp.html</guid>
</item>
<item>
<title>RECY-7348 - USA (Trenton, New Jersey) - Recyclable Materials Collection Services - Deadline May 7,2026</title>
<description>(1) Vendor needs to provide recyclable materials collection services to the government authority located in Trenton, NJ.&amp;nbsp;– Recyclable materials including corrugated, mixed paper, plastics, clear glass bottles, brown glass bottle, green glass bottles, aluminum cans and bi–metal cans.– Transportation and disposal of scrap tires.– Collection, transportation and disposal of white goods.– Transportation and disposal of leaves, wood chips and other vegetative waste.(2) The contract period will be for three years.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103261-usa-trenton-new-jersey-recyclable-materials-collection-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103261-usa-trenton-new-jersey-recyclable-materials-collection-services-rfp.html</guid>
</item>
<item>
<title>MRB-53962 - USA (New York) - Community Outreach and Youth Services  - Deadline June 5,2026</title>
<description>(1) Vendor needs to provide community outreach and youth services.– Programs will target youth ages 12–17 living within the community who are in need of recovery support services due to a substance use disorder and/or youth who are seeking a safe, drug–free environment who are not in recovery.– Programs will develop and implement a youth–focused marketing and outreach plan that reflects the needs and culture of the community.– Flyers, posters, and other printed materials,&amp;nbsp;– Social media and digital outreach,&amp;nbsp;– Partnerships with schools, youth–serving agencies, and community organizations, and&amp;nbsp;– Participation in community events (i.e., tabling, presentations, etc.)&amp;nbsp;– Focus on peer support, emotional well–being, personal identity, and social skill development.&amp;nbsp;– Life skill workshops, creative writing and storytelling groups, art/music/dance groups, financial or digital literacy workshops, experiential learning activities&amp;nbsp;– Promote physical health, nutritional health, mindfulness, and holistic wellness.– Support academic achievement, career development, and workforce readiness.&amp;nbsp;– Strengthen family relationships and community connections.&amp;nbsp;(2) All the questions must be submitted no later than May 8, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103260-usa-new-york-community-outreach-and-youth-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103260-usa-new-york-community-outreach-and-youth-services-rfp.html</guid>
</item>
<item>
<title>GIS-1879 - USA (Adams, Washington) - Aerial Imagery Subscription Service - Deadline May 21,2026</title>
<description>(1) Vendor needs to provide aerial imagery subscription service to the government authority located in Adams, WA.&amp;nbsp;– Provide subscription–based aerial imagery services for GIS data development, mapping, and public safety operations.– Streaming access via tiled image service.– Compatibility with Esri products, including ArcGIS Pro, ArcGIS Enterprise, and ArcGIS Online, if applicable.– Imagery is capable of being consumed by or integrated with computer–aided dispatch (CAD) mapping systems that rely on standard web–based imagery services.– Creation, storage, caching, and use of derivative data products, map services, and operational layers derived from the imagery for internal governmental use.– Internal sharing of imagery and derivative products among eligible agencies within county, subject to reasonable security and access controls.– Identification, extraction, or classification of features based on imagery.– Integration with GIS–based analysis tools, analytics platforms, or automation workflows.(2) All the questions must be submitted no later than May 14,2026.(3) The contract period will be for one year.&amp;nbsp;&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103259-usa-adams-washington-aerial-imagery-subscription-service-rfp.html</link>
<guid>http://www.rfpmart.com/1103259-usa-adams-washington-aerial-imagery-subscription-service-rfp.html</guid>
</item>
<item>
<title>MRB-53961 - USA (New York) - Public Relations and Corporate Communications Services - Deadline May 11,2026</title>
<description>(1) Vendor needs to provide public relations and corporate communications services.– Provide corporate communications and public relations agency services.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103258-usa-new-york-public-relations-and-corporate-communications-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103258-usa-new-york-public-relations-and-corporate-communications-services-rfp.html</guid>
</item>
<item>
<title>FOOD-10243 - USA (Sacramento, California) - Vending Machines Services - Deadline May 1,2026</title>
<description>Vendor needs to provide vending machines services to the government authority located in Sacramento, CA.&amp;nbsp;– Snack Vending Machines– Cold Drink Vending Machines</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103257-usa-sacramento-california-vending-machines-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103257-usa-sacramento-california-vending-machines-services-rfp.html</guid>
</item>
<item>
<title>CLEANING-12137 - USA (Sacramento, California) - After-hours Janitorial Services - Deadline May 6,2026</title>
<description>(1) Vendor needs to provide after–hours janitorial services to the government authority located in Sacramento, CA.&amp;nbsp;– Clean and disinfect high–touch surfaces.– Clean plexiglass using clean microfiber cloths and a neutral cleaner appropriate for use on plexiglass.– Clean and disinfect interior and exterior of portable handwashing sinks.– Rinse, clean, disinfect, and refill freshwater tank to capacity in janitor closet sink.– Sweep all floors.– Remove stuck–on gum from any surface.– Spot clean carpet.– Dry sweep floors.– Sweep floors and damp mop with a neutral cleaner.(2) All the questions must be submitted no later than April 29,2026.&amp;nbsp;(3) Pre–bid mandatory conference will be held on April 28,2026.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103256-usa-sacramento-california-after-hours-janitorial-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103256-usa-sacramento-california-after-hours-janitorial-services-rfp.html</guid>
</item>
<item>
<title>SW-112796 - USA (New York) - Online Platform and Coaching Services  - Deadline May 14,2026</title>
<description>(1) Vendor needs to provide online platform and coaching services.– Online teacher planning platform to use with students for whom reading, writing and spelling does not come easily.– Provide professional development and coaching for Reading Teachers, PK–8 Special Education Teacher, K–12 ENL Teachers, K–8 Teachers, Literacy Coaches and district level coaches in the official Orton Gillingham method and Morphology.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103255-usa-new-york-online-platform-and-coaching-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103255-usa-new-york-online-platform-and-coaching-services-rfp.html</guid>
</item>
<item>
<title>NET-16126 - USA (San Jose, California) - Telecommunication Cabling Installation and Repair Services - Deadline May 18,2026</title>
<description>(1) Vendor needs to provide telecommunication cabling installation and repair services to the government authority located in San Jose, CA.&amp;nbsp;– Telecommunication cabling installation and repair services including provide a complete, functional, tested standards–based cabling infrastructure for the county&amp;rsquo;s use utilizing category 6 cabling to support high speed data applications up to and in excess of 100mbs horizontally and up to ten gigabit ethernet in the backbone system.– Network cabling for all data systems.– Copper communication cabling.– Reporting and testing data network cabling systems.– Color matching cabling and cable management.(2) All the questions must be submitted no later than May 8, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103254-usa-san-jose-california-telecommunication-cabling-installation-and-repair-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103254-usa-san-jose-california-telecommunication-cabling-installation-and-repair-services-rfp.html</guid>
</item>
<item>
<title>SW-112795 - USA (New York) - Inspirata Cancer Registry Software - Deadline May 11,2026</title>
<description>(1) Vendor needs to provide inspirata cancer registry software.– Provide proof of Certification/Authorization from Inspirata to manage all aspects of E–Path&amp;#39;s product development, quality assurance and software service support.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103253-usa-new-york-inspirata-cancer-registry-software-rfp.html</link>
<guid>http://www.rfpmart.com/1103253-usa-new-york-inspirata-cancer-registry-software-rfp.html</guid>
</item>
<item>
<title>EXTRA-68155 - USA (Maryland) - Humanitarian Cash, Markets, Food Security and Livelihoods Consultant Services - Deadline May 8,2026</title>
<description>(1) Vendor needs to provide humanitarian cash, markets, food security and livelihoods consultant services to the government authority located in Maryland.&amp;nbsp;– Help people survive with dignity, rebuild their homes and lives, and strengthen their stability and resilience for long–term recovery.– Provides humanitarian food assistance and emergency livelihoods support to enable households to survive crises while beginning their recovery.– Conduct market analysis to inform modality decisions, including multi–sectoral market assessments for basic needs programming, and sector–specific market assessments to inform food security, shelter and responses.– Managing the start–up and implementation of response activities in areas such as multi–purpose cash assistance, cash and voucher assistance for basic needs including food, in–kind food assistance, emergency livelihoods.– Targeting strategies for basic needs assistance, including food assistance.– Cash feasibility analysis.– Digital cash and voucher assistance delivery mechanisms.– Development of Standard Operating Procedures and implementation and monitoring tools.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103252-usa-maryland-humanitarian-cash-markets-food-security-and-livelihoods-consultant-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103252-usa-maryland-humanitarian-cash-markets-food-security-and-livelihoods-consultant-services-rfp.html</guid>
</item>
<item>
<title>SW-112792 - USA (Maryland) - Red Hat Subscription Renewal Services - Deadline May 20,2026</title>
<description>(1) Vendor needs to provide red hat subscription renewal services.&amp;nbsp;– Red Hat Runtime– Red Hat JBoss Enterprise Application Platform Extended Lifecycle Support&amp;nbsp;(2) Pre–bid meeting will be held on May 6, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103250-usa-maryland-red-hat-subscription-renewal-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103250-usa-maryland-red-hat-subscription-renewal-services-rfp.html</guid>
</item>
<item>
<title>TRANSPORT-10768 - USA (Frederick, Maryland) - Armored Car Services - Deadline August 24,2026</title>
<description>(1) Vendor needs to provide armored car services to the government authority located in Frederick, MD.&amp;nbsp;– Armored car services to pick–up sealed bank deposits from various county locations and deliver them to bank branch locations and the cash vault center with the county&amp;rsquo;s banking partner.– Deposits slips and tamper–evident bags are currently ordered by the County from a bank approved and suggested vendor.(2) All the questions must be submitted no later than August 3, 2026.(3) The contract period will be for one year.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103248-usa-frederick-maryland-armored-car-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103248-usa-frederick-maryland-armored-car-services-rfp.html</guid>
</item>
<item>
<title>EQU-17770 - USA (Kennewick, Washington) - SCADA Upgrade System - Deadline May 14,2026</title>
<description>(1) Vendor needs to provide SCADA upgrade system to the government authority located in Kennewick, WA.– Migration from the existing Wonderware Intouch and System Platform system to a full System Platform solution.– Develop a transition plan to cut over existing software to new equipment and software in a minimally disruptive manner.– Consult with hardware and software vendors and implement cybersecurity best practices for all products during design.– Implement and configuration/programming according to SCADA standards.&amp;nbsp;– Add/update content to current City SCADA standards– Replacement of all End–of–Life (EoL)/End–of–Service (Eos) products in SCADA system (PLC&amp;rsquo;s).</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103247-usa-kennewick-washington-scada-upgrade-system-rfp.html</link>
<guid>http://www.rfpmart.com/1103247-usa-kennewick-washington-scada-upgrade-system-rfp.html</guid>
</item>
<item>
<title>EXTRA-68154 - USA (Frederick, Maryland) - Arc Flash Hazard Analysis and Electrical Distribution System Study Service - Deadline May 18,2026</title>
<description>(1) Vendor needs to provide arc flash hazard analysis and electrical distribution system study serviceto the government authority located in Frederick, MD.– Field Verification of Electrical Equipment requiring Arc Flash Labeling.–&amp;nbsp; Collection of system data including: equipment ratings, protective device settings, transformer data and conductor lengths.– Furnish and install compliant arc flash warning labels on applicable electrical equipment, cleary identifying incident energy levels and safety requirements.– All operations and analyses shall be performed under the supervision of a licensed professional electrical engineer.(2) All the questions must be submitted no later than May 6,2026(3) Pre–bid meeting will be held on April 28, 2026.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103246-usa-frederick-maryland-arc-flash-hazard-analysis-and-electrical-distribution-system-study-service-rfp.html</link>
<guid>http://www.rfpmart.com/1103246-usa-frederick-maryland-arc-flash-hazard-analysis-and-electrical-distribution-system-study-service-rfp.html</guid>
</item>
<item>
<title>EDUCATION-16530 - USA (La Plata, Maryland) - Driver\'s Education Services - Deadline May 12,2026</title>
<description>(1) Vendor needs to provide driver&amp;#39;s education services to the government authority located in La Plata, Maryland.&amp;nbsp;– Provide a 36–hour Driver Education Program and six hours of behind–the–wheel driving instruction.– Provide driver education instruction in either an in–person classroom format or through virtual/online instruction, as permitted by applicable laws, regulations, and program guidelines, and ensure consistent curriculum quality and compliance across all delivery modes.– Furnish vehicles for behind–the–wheel instruction that meet all Maryland safety inspection standards, are properly insured, and are less than six (6) years old.&amp;nbsp;(2) All the questions must be submitted no later than April28,2026.(3) The contract period will be for one year.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103245-usa-la-plata-maryland-driver-s-education-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103245-usa-la-plata-maryland-driver-s-education-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68157 - USA (Florida) - Disaster Response Services - Deadline May 11,2026</title>
<description>(1) Vendor needs to provide disaster response services to the government authority located in Florida.– Provide emergency debris removal, hauling, reduction, and disposal services.– Clear and remove debris from public roads to restore safe passage for emergency vehicles, damage assessment teams, critical infrastructure restoration, etc.– Remove debris from travel lanes, shoulders, bridges, and critical infrastructure to include upland vessels.– Remove and dispose of derelict and abandoned vessels in waterways and on land, derelict and abandoned vehicles in waterways and on land, remove and clean sand found in the roadways, and transport cleaned sand from the processing location to staging areas.– Collect vegetative debris (trees, limbs, brush).– Cut and remove only the portion of debris extending into the public ROW from private property.(2) All the questions must be submitted no later than May 4, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103244-usa-florida-disaster-response-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103244-usa-florida-disaster-response-services-rfp.html</guid>
</item>
<item>
<title>DES-2559 - USA (Hunt Vally, Maryland) - Shredding Services - Deadline April 30,2026</title>
<description>(1) Vendor needs to provide shredding services to the government authority located in Hunt Vally, MD.&amp;nbsp;– Provide secure, compliant, and environmentally responsible shredding services for confidential materials.– Schedule regular collection times twice per month and provide on–call service if needed.– Types of paper to be shredded include paper which may include clips or staples, copier paper, computer, paper card stock, regular envelopes, copier paper (reams) wrapper, post–it notes, various manuals, magazines and catalogs.(2) All the questions must be submitted no later than April 23, 2026.(3) The contract period will be for five years.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103243-usa-hunt-vally-maryland-shredding-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103243-usa-hunt-vally-maryland-shredding-services-rfp.html</guid>
</item>
<item>
<title>SW-112794 -  USA (Florida) - Enterprise Resource Planning Software and Implementation Services - Deadline June 9,2026</title>
<description>(1) Vendor needs to provide enterprise resource planning software and implementation services.– Use an Enterprise Resource Planning (ERP) system for the financial, procurement, budgeting, human resources, and capital asset management needs.– The solution shall reduce manual and paper–based processes, shorten billing and payroll timelines, and provide real–time visibility into financial and operational data.– ERP solution that enhances financial transparency, audit readiness, and regulatory compliance while supporting long–term planning.– The system shall provide robust reporting, grant and project management across fiscal years, capital asset lifecycle tracking, and integrated revenue and treasury capabilities.– System with enhanced asset type distinction, lifecycle tracking, communication support, GIS mapping, RFID capabilities, and better financial reporting, particularly for grant–funded assets.– Integrated system instead of separate tools (RecTrac, Waste Works, DigiTech, etc.) with improved visibility into invoices, receivables, and aging data.– System to provide the ability to accept online payments for accounts receivable and expand payment options beyond cash and check.– System to allow billing based on schedules or frequencies, notifications when escrow amounts exceed limits, ability to apply CPI adjustments, tax rules, and compounding interest.– System should improve data integration by enabling seamless information transfer, including robust import and export functionalities between the ERP system and Microsoft Excel or similar platforms.(2) Pre–bid meeting will be held on May 4, 2026.(3) All the questions must be submitted no later than May 18, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103242-usa-florida-enterprise-resource-planning-software-and-implementation-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103242-usa-florida-enterprise-resource-planning-software-and-implementation-services-rfp.html</guid>
</item>
<item>
<title>LEGAL-16750 - USA (Jersey, New Jersey) - Professional Legal Services - Deadline April 30,2026</title>
<description>(1) Vendor needs to provide professional legal services to the government authority located in Jersey, NJ.&amp;nbsp;– Specialized legal services for the position of general counsel.(2) The contract period will be for one year.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103241-usa-jersey-new-jersey-professional-legal-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103241-usa-jersey-new-jersey-professional-legal-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68153 - USA (Jersey, New Jersey) - Homeless Social Services  - Deadline May 12,2026</title>
<description>(1) Vendor needs to provide homeless social services to the government authority located in Jersey, NJ.&amp;nbsp;– Develop, through an open competitive process, a continuum of services to assist homeless and at–risk families and individuals.– Service areas of emergency food assistance, homeless prevention, and hotel and motel placement.– Emergency shelter and placement services.– Homeless prevention services.(2) All the questions must be submitted no later than April 23, 2026.(3) The contract period will be for one year.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103239-usa-jersey-new-jersey-homeless-social-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103239-usa-jersey-new-jersey-homeless-social-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68152 - USA (Atlantic, New Jersey) - Gun Violence Prevention Program Services - Deadline May 12,2026</title>
<description>(1) Vendor needs to provide gun violence prevention program services to the government authority located in Atlantic, NJ.&amp;nbsp;– Encourage the development of sanctions and services for youth adjudicated and charged as delinquent and programs for the prevention of juvenile delinquency that protect the public, ensure accountability and foster rehabilitation.– Increase the range of sanctions for youth adjudicated delinquent.– Reduce overcrowding in state youth institutions and other facilities to ensure adequate bed space for serious, violent and repetitive offenders.– Promote public safety by reducing recidivism.(2) All the questions must be submitted no later than April 30,2026.(3) The contract period will be for one year.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103238-usa-atlantic-new-jersey-gun-violence-prevention-program-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103238-usa-atlantic-new-jersey-gun-violence-prevention-program-services-rfp.html</guid>
</item>
<item>
<title>WD-15703 - USA (Massachusetts) - Website Content Management System - Deadline April 27,2026</title>
<description>(1) Vendor needs to provide website content management system.&amp;nbsp;– Provide a comprehensive, user–friendly Website Content Management System (CMS) and ongoing support services.– Provide a fully functional CMS platform that enables school–based staff to independently manage and update website content, including announcements, documents, and general school information.– Solution must include, at minimum, access to the CMS software, unlimited website storage, automated website backups, and routine software updates covering all standard package modules.– Support services must include access to a toll–free phone line and an online ticketing system to ensure timely resolution of any website–related issues or inquiries.– Website remains secure, accessible, and up to date at all times.(2) The contract period will be for one year.&amp;nbsp;[C] Eligibility:&amp;nbsp;&amp;nbsp;– Onshore (US Organization Only);&amp;nbsp;[D] Work Performance:&amp;nbsp;– Performance of the work will be Onsite.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103237-usa-massachusetts-website-content-management-system-rfp.html</link>
<guid>http://www.rfpmart.com/1103237-usa-massachusetts-website-content-management-system-rfp.html</guid>
</item>
<item>
<title>TRANSPORT-10769 - USA (Montgomery, Pennsylvania) - Student Transportation Services - INFO ONLY, RFP NOT INCLUDED - Deadline April 30,2026</title>
<description>(1) Vendor needs to provide student transportation services to the government authority located in Montgomery, PA.(2) This is a brief information; Main RFP Document is not available on our website.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103236-usa-montgomery-pennsylvania-student-transportation-services-info-only-rfp-not-included-rfp.html</link>
<guid>http://www.rfpmart.com/1103236-usa-montgomery-pennsylvania-student-transportation-services-info-only-rfp-not-included-rfp.html</guid>
</item>
<item>
<title>EQU-17769 - USA (Niagara Falls, New York) - Conference Room Audio and Visual Equipment Supplies - Deadline May 14,2026</title>
<description>(1) Vendor needs to provide conference room audio and visual equipment supplies to the government authority located in Niagara Falls, NY.– provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except.– Complete conference room audio and visual equipment package will enable real–time meetings with multiple other offices.(2) This bid is Set–Aside for total Small Business.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103235-usa-niagara-falls-new-york-conference-room-audio-and-visual-equipment-supplies-rfp.html</link>
<guid>http://www.rfpmart.com/1103235-usa-niagara-falls-new-york-conference-room-audio-and-visual-equipment-supplies-rfp.html</guid>
</item>
<item>
<title>CONS-20397 - USA (Wadesboro, North Carolina) - Engineering Services - Deadline May 1,2026</title>
<description>(1) Vendor needs to provide engineering services to the government authority located in Wadesboro, NC.&amp;nbsp;– Provide Basic Services Including:– Preliminary design services.– Final design services.– Bidding and solicitation service.– Provide any necessary Plats of Easement for additional right of way and temporary or permanent easements.– Applications for and secure any and all required regulatory permits and/or approvals including encroachment, construction, environmental regulations, other utilities, and other local government agencies.– Complete construction plans and specifications in accordance with applicable regulations.– Complete bid package including all documents as required by funding agency.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103234-usa-wadesboro-north-carolina-engineering-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103234-usa-wadesboro-north-carolina-engineering-services-rfp.html</guid>
</item>
<item>
<title>FOOD-10242 - USA (Cincinnati, Ohio) - Coffee Service and Breakroom Supplies - Deadline May 7,2026</title>
<description>(1) Vendor needs to provide coffee service and breakroom supplies to the government authority located in Cincinnati, OH.– Provide a turnkey office coffee and breakroom service, including but not limited to:– Leasing and installation of coffee and ice equipment.– Ongoing equipment maintenance and servicing.– Monthly cleaning and preventive maintenance.– Inventory management and replenishment of all breakroom supplies.– Timely delivery of supplies to designated floors.– Equipment requirements:– Ice machines.– Coffee machine.– Space and installation constraints.(2) All the questions must be submitted no later than April 22, 2026.(3) The contract period will be for one year.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103233-usa-cincinnati-ohio-coffee-service-and-breakroom-supplies-rfp.html</link>
<guid>http://www.rfpmart.com/1103233-usa-cincinnati-ohio-coffee-service-and-breakroom-supplies-rfp.html</guid>
</item>
<item>
<title>NET-16125 - USA (Honolulu, Hawaii) - Fiber Optic and Network Modernization Services - Deadline April 30,2026</title>
<description>(1) Vendor needs to provide fiber optic and network modernization services to the government authority located in Honolulu, HI.– Furnish, install, label, test and certify multi–mode, armored fiber optic cable, connectors and enclosures.– For products specified only by reference or performance standards, select any product that meets or exceeds standards subject to approval.– All fiber optics shall be optical cable corporation, corning, CommScope or equivalent.– Provide and place all termination devices such as but not limited to fiber distribution panels,Bulkheads or couplers and fiber splice modules.– Except for aerial cable attached to utility poles, all inter–building cable shall be &amp;ldquo;out–of–sight&amp;ldquo;, in conduit, or placed in existing ducts.– All splices shall be housed in maintenance vaults (manholes), handholes or pull boxes, provided by the Contractor and others.– Contractor shall employ modern splicing techniques to ensure against the intrusion and migration of water into the cable by means of the cable splices and other sheath openings.– Use proper hardware for aerial installations that match cable type, as well as span and tensionrequirements.– OSP cable extensions exceeding 50 feet into buildings shall be spliced to indoor rated cable.– Fiber–optic connector splicing must be fusion based with two fiber optic strands of the exact make or model on each end using factory terminated pigtails.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103232-usa-honolulu-hawaii-fiber-optic-and-network-modernization-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103232-usa-honolulu-hawaii-fiber-optic-and-network-modernization-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68151 - USA (Tobacco Ville, North Carolina) - Facility Moving Services - Deadline May 1,2026</title>
<description>(1) Vendor needs to provide facility moving services to the government authority located in Tobacco Ville, NC.– Moving of the cooperative extension office will include relocation of mainly contents with some items.– Move (but not limited to this list), storage cabinets, coat racks, storage shelving.– Items handled by others and excluded from this contract are:– Copiers.– Personal items (staff have been directed to move their personal items if sentimental or fragile).– Move Contractor shall provide boxes or totes and labels to staff to load individual files, referencebooks and other items for the move.– The Move contractor will be responsible for moving these items to the new location.– All supplies, materials, and equipment required in this proposal must be new and in first class condition.(2) All the questions must be submitted no later than April 29, 2026.(3) Mandatory pre–bid meeting will be held on April 24, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103231-usa-tobacco-ville-north-carolina-facility-moving-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103231-usa-tobacco-ville-north-carolina-facility-moving-services-rfp.html</guid>
</item>
<item>
<title>CLEANING-12136 - USA (Augusta, Maine) - Custodial Services - Deadline May 19,2026</title>
<description>(1) Vendor needs to provide custodial services to the government authority located in Augusta, ME.– Sweep or vacuum and damp mop floors of indicated common areas (see map) this includes the elevator and stairwells.&amp;nbsp;&amp;nbsp;– Vacuum carpet.&amp;nbsp; Remove spots by cleaning or shampooing as necessary.– Complete hygienic cleaning of rest rooms; replace toilet tissue, paper towels, soap, etc.&amp;nbsp;– Clean, sanitize and polish all glass or mirrors and porcelain fixtures.– Clean and sanitize all tile surfaces (toilet areas and showers).– Wash and sanitize all waste containers.– Remove spots and stains from all areas adjacent to hand sinks.– Dispose of any trash material found in entry ways, stairways, etc.(2) All the questions must be submitted no later than May 7, 2026.(3) Walk thru will be held on April 29, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103230-usa-augusta-maine-custodial-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103230-usa-augusta-maine-custodial-services-rfp.html</guid>
</item>
<item>
<title>CONS-20396 - USA (Granby, Connecticut) - Exterior Restoration Services - Deadline May 28,2026</title>
<description>(1) Vendor needs to provide exterior restoration services to the government authority located in Granby, CT.– Localized to the clerestory windows area on the north side, this project included the following work:– Removed all loose and flaking paint and sealant from wood siding (clapboard and shingles) and trim without damaging historic material.– Applied sealant to all joints and gaps, including wood–to–wood, wood–to–metal, wood–to masonry, and wood–to–window connections.– Replaced damaged, deteriorated, or missing wood elements with matching wood in appearance and, where possible, species.– Prepared surfaces, applied primer, and finished with two coats of paint in the color determined by the finish analysis.– Localized to the clerestory window areas on the south and west sides of the building, this project included the following work:– Completed the careful removal of all loose and flaking paint and all sealant from wood siding (clapboard and shingles) and trim so as not to damage historic material.– Completed the replacement of all damaged, deteriorated, and missing wood elements with wood that matched the original in appearance and, if possible, the same species of wood.– Completed the preparation of wood to receive the appropriate primer, primed, and applied two coats of paint in the color determined by the finish analysis.– Completed the installation of sealant at all joints and gaps, whether wood–to–wood, wood–to–metal, wood–to–masonry, or wood–to–windows.(2) All the questions must be submitted no later than May 8, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103229-usa-granby-connecticut-exterior-restoration-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103229-usa-granby-connecticut-exterior-restoration-services-rfp.html</guid>
</item>
<item>
<title>EXTRA-68150 - USA (Alaska) - Actuarial Services - Budget - Up to 600,000 USD - Deadline May 15,2026</title>
<description>(1) Vendor needs to provide actuarial services to the government authority located in AK.&amp;nbsp;– Actuarial review of all life and health and property and casualty insurance products– Creating data templates for the small group and individual health care markets.– Analyzing and synthesizing data by market such as current membership, premium, claims costs, income distributions, and distributions of health status so that utility and elasticity curves utilizing models created by the expert actuarial firm that can be calibrated to reflect member behavior.– Running calibrated microsimulation models programmed.– Conduct an actuarial analysis evaluating risk pool consolidation across the individual market, small group market, Medicaid expansion population, and certain public employers.– Collaborate with division staff, as well as contract actuaries.– Provide staff training (Examples; market analysis, SERFF, and rate reviews).(2) All the questions must be submitted no later than May 4, 2026.(3) The contract period will be for one year.&amp;nbsp;(4) Pre–bid meeting will be held on April 27, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103228-usa-alaska-actuarial-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103228-usa-alaska-actuarial-services-rfp.html</guid>
</item>
<item>
<title>CONS-20395 - USA (Harrison, New Jersey) - Architect Engineer Services - Deadline May 6,2026</title>
<description>(1) Vendor needs to provide architect engineer services on as needed basis to the government authority located in Harrison, NJ.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103227-usa-harrison-new-jersey-architect-engineer-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103227-usa-harrison-new-jersey-architect-engineer-services-rfp.html</guid>
</item>
<item>
<title>FIRE-1531 - USA (Harrison, New Jersey) - Alarm Systems Control Maintenance Services - Deadline May 6,2026</title>
<description>(1) Vendor needs to provide alarm systems control maintenance services to the government authority located in Harrison, NJ.– Provide control maintenance services for alarm systems to the board.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103226-usa-harrison-new-jersey-alarm-systems-control-maintenance-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103226-usa-harrison-new-jersey-alarm-systems-control-maintenance-services-rfp.html</guid>
</item>
<item>
<title>CONS-20394 - USA (Bridgeport, Connecticut) - Architectural Services - Deadline May 20,2026</title>
<description>(1) Vendor needs to provide architectural services to the government authority located in Bridgeport, CT.– Provide, on an as–needed basis, comprehensive architectural services including, but not limited to, repair, modification, and new construction building design for the preparation and support of complete construction drawings, specifications, estimates, contract administration, project inspection, and planning services or studies, as required (building inspection, code compliance review/advice, feasibility studies). The selected consultant(s) may, if required by the scope of the project and directed by the city, be tasked with subcontracting with engineers/engineering firms to perform HVAC, plumbing, utilities, site, civil, structural, and geotechnical associated with the work.– Selected consultant(s) shall assist the City with the bidding process for projects designed under the on–call services contract.(2) All the questions must be submitted no later than May 5, 2026&amp;nbsp;(3) The contract period will be for two years.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103225-usa-bridgeport-connecticut-architectural-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103225-usa-bridgeport-connecticut-architectural-services-rfp.html</guid>
</item>
<item>
<title>CONS-20393 - USA (Chula Vista, California) - Preliminary Design and Design Services - Deadline May 22,2026</title>
<description>(1) Vendor needs to provide preliminary design and design services to the government authority located in Chula Vista, CA.– Task 1: Project management and coordination:– The consultant will coordinate closely with Authority staff to ensure the design intent aligns with both regulatory requirements and structural objectives.– Task 2: Review of Existing Information:– consultant will review and synthesize existing reports, studies, and record documents relevant to the improvements.– Task 3: preliminary design report:– Developing the recommended design approach based on prior evaluations and authority priorities.– Maximizing constructability, worker safety, and system integrity during rehabilitation.– Task 4: Detailed Design:– Partial roof panel replacement and roof support system rehabilitation.– Repair or replacement of baffle wall support components, including clamps, cables, turnbuckles, supporting columns, and related hardware.(2) All the questions must be submitted no later than May 15, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103224-usa-chula-vista-california-preliminary-design-and-design-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103224-usa-chula-vista-california-preliminary-design-and-design-services-rfp.html</guid>
</item>
<item>
<title>CLEANING-12135 - USA (Norwalk, Connecticut) - Burner Cleaning, Emergency and Repair Service - Deadline May 8,2026</title>
<description>(1) Vendor needs to provide burner cleaning, emergency and repair service to the government authority located in Norwalk, CT.– Fireside boiler cleaning:– Open all doors and access plates of all boilers. Wire brush and vacuum clean fireside of eachboiler.– Furnish and install new gaskets. Close and seal all boilers.– Where accessible, wire brush and vacuum clean smoke pipe and breeching and dry soot and fly ash from stack bases.– Remove, inspect and clean Low water cutout for steam boilers.– Where present, check the operation of makeup air dampers and clean makeup air screens.(2) All the questions must be submitted no later than April 29, 2026.(3) The contract period will be for three years.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103223-usa-norwalk-connecticut-burner-cleaning-emergency-and-repair-service-rfp.html</link>
<guid>http://www.rfpmart.com/1103223-usa-norwalk-connecticut-burner-cleaning-emergency-and-repair-service-rfp.html</guid>
</item>
<item>
<title>EXTRA-68149 - USA (New Haven, Connecticut) - Civilian Review Board Administrative Services - Deadline May 12,2026</title>
<description>(1) Vendor needs to provide civilian review board administrative services to the government authority located in New Haven, CT.– Provide professional administrative assistance, maintaining efficient operations, ensuring adherence to regulatory standards, and supporting the Board&amp;rsquo;s objectives of transparency, accountability, and community engagement in law enforcement practices.– Critical role in the oversight of police conduct, and as such, it requires a high standard of services tailored to its unique function and responsibilities.– Operational support:&amp;nbsp;– Provide administrative support, including scheduling meetings, preparing agendas, and documenting minutes.&amp;nbsp;– Regulatory compliance:– Ensure all operations are in compliance with local, state, and federal laws regarding police oversight.&amp;nbsp;– Data management:– Maintain a comprehensive database of complaints, investigations, and outcomes that is accessible and secure.&amp;nbsp;– Public engagement:– Develop and disseminate educational materials regarding civil rights, police accountability.– Resource development:– Research and seek out grants and funding opportunities to support.– Training and development:&amp;nbsp;– Set up and assist with all technology for members and staff.(2) All the questions must be submitted no later than April 28, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103222-usa-new-haven-connecticut-civilian-review-board-administrative-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103222-usa-new-haven-connecticut-civilian-review-board-administrative-services-rfp.html</guid>
</item>
<item>
<title>CONS-20392 - USA (Ketchikan, Alaska) - Public Works Maintenance Building Expansion Services - Deadline May 7,2026</title>
<description>(1) Vendor needs to provide public works maintenance building expansion services to the government authority located in Ketchikan, AK.– Construction of approximately 1890 sq. ft. prefabricated metal building addition to an existing non–sprinkled storage building with accessory office spaces.– The building addition will serve as a covered parking and equipment storage area.– All materials, workmanship, design and construction shall conform to the drawings, specifications, and the international Building code (IBC), 2021 Edition.– Please see Architectural, Electric and foundation plans.(2) All the questions must be submitted no later than April 24, 2026.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103221-usa-ketchikan-alaska-public-works-maintenance-building-expansion-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103221-usa-ketchikan-alaska-public-works-maintenance-building-expansion-services-rfp.html</guid>
</item>
<item>
<title>FOOD-10241 - USA (Des Moines, Iowa) - Bread and Other Related Bakery Products Supplies - INFO ONLY, RFP NOT INCLUDED - Deadline May 4,2026</title>
<description>(1) Vendor needs to provide bread and other related bakery products supplies to the government authority located in Des Moines, IA.(2) This is a brief information; Main RFP Document is not available on our website.&amp;nbsp;&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103220-usa-des-moines-iowa-bread-and-other-related-bakery-products-supplies-info-only-rfp-not-included-rfp.html</link>
<guid>http://www.rfpmart.com/1103220-usa-des-moines-iowa-bread-and-other-related-bakery-products-supplies-info-only-rfp-not-included-rfp.html</guid>
</item>
<item>
<title>ACCT-25345 - USA (North Carolina) - Financial Auditing Services  - Deadline April 27,2026</title>
<description>(1) Vendor needs to provide financial auditing services to the government authority located in NC.– Provide auditing services; prepare the annual 990 reporting tax form.– The initial audits will cover the fiscal year ending June 30, 2026.– Office of state auditor will be permitted to review the audit documentation for the engagement and such audit documentation will be retained for a period of at least three years.&amp;nbsp;– Upon request, the vendor shall submit working papers for a quality review by authorized representative of the state auditor.(2) All the questions must be submitted no later than April 22, 2026.(3) The contract period will be for one year.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103219-usa-north-carolina-financial-auditing-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103219-usa-north-carolina-financial-auditing-services-rfp.html</guid>
</item>
<item>
<title>ACCT-25344 - USA (Athens, Georgia) - Facility Energy Audit Services - INFO ONLY, RFP NOT INCLUDED - Deadline May 19,2026</title>
<description>(1) Vendor needs to provide facility energy audit services to the government authority located in Athens, GA.(2) This is a brief information; Main RFP Document is not available on our website.&amp;nbsp;</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103218-usa-athens-georgia-facility-energy-audit-services-info-only-rfp-not-included-rfp.html</link>
<guid>http://www.rfpmart.com/1103218-usa-athens-georgia-facility-energy-audit-services-info-only-rfp-not-included-rfp.html</guid>
</item>
<item>
<title>ELECTRIC-0812 - USA (Danbury, Connecticut) - Electrical Services - Deadline May 11,2026</title>
<description>(1) Vendor needs to provide electrical services to the government authority located in Danbury, CT.– Troubleshoot all issues and resolve from start to finish.– Outside Lamp Posts, rewiring and bulbs changed.– Panel Box upgrades, breakers, no power calls.– Meter replacements.– Hard Wired Smoke Detectors.– Timer box repairs.– Electrical fire repair.(2) All the questions must be submitted no later than May 5, 2026.(3) The contract period will be for one year.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103217-usa-danbury-connecticut-electrical-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103217-usa-danbury-connecticut-electrical-services-rfp.html</guid>
</item>
<item>
<title>EQU-17768 - USA (Philadelphia, Pennsylvania) - RFI for AV System Upgrade Services - Deadline April 28,2026</title>
<description>(1) Vendor needs to provide AV system upgrade services to the government authority located in Philadelphia, PA.– The requirement includes utilizing the existing holm and equipment – system to operate as one fully operational AV system.– conference room bar with camera, Misconnects product, remote selectors, base, and any applicable wiring and cables.– Service all components of the table, ensuring both functionality and operational efficiency.&amp;nbsp;&amp;nbsp;– Provide all parts, labor, installation and confirm correct operation of the device once complete.</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103216-usa-philadelphia-pennsylvania-rfi-for-av-system-upgrade-services-rfp.html</link>
<guid>http://www.rfpmart.com/1103216-usa-philadelphia-pennsylvania-rfi-for-av-system-upgrade-services-rfp.html</guid>
</item>
<item>
<title>US-FED-00000375007 - Rental - Compressed Air System High-Pressure Air - Deadline April 30,2026</title>
<description>Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the rental of three (3) each self–contained compressed air system used to supply high–pressure air for ship service applications including breathing air.Period of Performance: Estimated June 2026 – May 2027Location: Portsmouth, VA</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103214-us-fed-rental---compressed-air-system-high-pressure-air.html</link>
<guid>http://www.rfpmart.com/1103214-us-fed-rental---compressed-air-system-high-pressure-air.html</guid>
</item>
<item>
<title>US-FED-00000375006 - Rental - (2) Air Compressors &amp; (2) Regenerative Air Dryer Units - Deadline April 30,2026</title>
<description>Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the rental of two (2) 800 cfm Air Compressor and two (2) 930 cfm minimum Regenerative Air Dryer Units.Period of Performance: Estimated June 2026 – May 2027Location: Portsmouth, VA</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103213-us-fed-rental---2-air-compressors--2-regenerative-air-dryer-units.html</link>
<guid>http://www.rfpmart.com/1103213-us-fed-rental---2-air-compressors--2-regenerative-air-dryer-units.html</guid>
</item>
<item>
<title>US-FED-00000375005 - RENTAL - GRADE D AIR COMPRESSOR &amp; DRYER - Deadline April 30,2026</title>
<description>Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award contract for the rental of one (1) 1500 cfm Air Compressor w/ Air Dryer.Period of Performance: Estimated June 2026 – May 2027Location: Portsmouth, VA</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103212-us-fed-rental---grade-d-air-compressor--dryer.html</link>
<guid>http://www.rfpmart.com/1103212-us-fed-rental---grade-d-air-compressor--dryer.html</guid>
</item>
<item>
<title>US-FED-00000375004 - C222--509-26-105 Electrical Master Planning (VA-26-00013664) Request for SF-330`s - Deadline May 4,2026</title>
<description>Electrical Master Planning GENERAL SCOPE OF WORK: The firm selected shall provide all labor, materials, transportation, and professional engineering services as required to complete a comprehensive electrical survey and master planning for VA Augusta Downtown division located at 950 15th Street Augusta, Georgia 30901. This plan will provide a comprehensive evaluation of the existing electrical infrastructure, identify deficiencies, and propose upgrades necessary to support current and future needs of the hospital. STATEMENT OF PROJECT OBJECTIVES: It is the intent of the Department of Veterans Affairs to conduct the firm survey, investigate, and document the existing space to gain the knowledge and insight necessary to prepare quality, accurate documents in a professional and competent manner. The project objectives are as follows: Assess the current state of electrical infrastructure, evaluating code deficiencies or end of life equipment VA will provide the most recent arc flash study Review compliance with VA guidelines, Electrical design manual, NFPA standards, and other relevant codes. Review Facilty Condition Assessment (FCA) Develop a roadmap for upgrades and expansions to meet future hospital demands. Projects shall be realistic and not exceed $16M. Any projects that exceed $16M, shall be specifically discussed during project reviews. Projects shall be rated based on the highest importance to Medical Center To enhance the reliability and efficiency of the hospital s electrical systems STATEMENT OF TASKS: This survey shall include, but may not be limited to, the following tasks: Assessment and Evaluation Conduct on–site assessments of existing electrical systems, including power generation, distribution, and emergency systems. Review as–built drawings, previous electrical studies, and maintenance records. Perform load analysis and evaluate current and future power demands. Identify code compliance issues and areas where the system lacks redundancy or resilience. Development of the Electrical Master Plan Provide detailed documentation of the existing electrical system. Update single–line diagrams representing the present state of the electrical system. Propose upgrades, replacements, and new installations required to meet current and future demands. Integrate renewable energy sources if applicable. Develop phasing plans and timelines for the implementation of recommended improvements. Cost Estimation and Budgeting Provide cost estimates for all recommended upgrades and expansions. Develop a prioritized list of projects with associated budgeting and timelines. All projects shall be estimated below $16M total. All projects shall be standalone. Reporting and Documentation Prepare comprehensive reports detailing the assessment findings, recommendations, and proposed upgrades. Submit drawings, CAD models, and other technical documentation as part of the master plan. Present the final Electrical Master Plan to VA stakeholders. Deliverables Assessment Report Electrical System Single–Line Diagrams Electrical Master Plan Document Cost Estimates and Budget Overview Implementation Timeline and Phasing Plan Submission Schedule – Provide a detailed project schedule, including key milestones and deadlines. Total of three (3) submissions 25% – NTP + 60 days 75% – NTP + 220 days 100% – NTP + 320 days Project Updates Meetings and Communication Monthly progress meetings will be scheduled via COR and Contracting Officer. Provide consistent progress reports and address any arising issues promptly. VA Resources Department of Veterans Affairs standards may be obtained from the Internet at http://www.cfm.va.gov/TIL/. VA Physical Security Design Manual for VA Facilities See the Technical Information Library (http://www.cfm.va.gov/TIL/) for specific design guides. VHA Directive 1028 Facility Electrical Power Systems END OF STATEMENT OF WORK SF 330 Supplemental Information Architect/Engineer Evaluation Criteria Evaluation Criteria are provided below and listed in relative order of importance. Specialized experience and technical competence in Electrical Design and Electrical Master Planning. Submission requirements: SF 330 information shall be provided per the latest format from the GSA Library located at https://www.gsa.gov/forms–library/architect–engineer–qualifications. Complete using blocks F. and H. of the SF330 form. Complete block F. for each relevant project. Complete block H. summary sheet for the Offeror and each key consultant; each summary sheet shall be not more than one (1) page in length, and no more than ten (10) pages total. Submit no more than five (5) projects similar to work in the solicitation from the date the solicitation closes to five (5) years prior; At minimum, three (3) projects must have construction completed or construction substantially (50%+) complete; Projects may include Federal, State, or local Government, as well as private industry projects. Offerors are responsible for providing project des</description>
<pubDate>Mon, 20 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103211-us-fed-c222--509-26-105-electrical-master-planning-va-26-00013664-request-for-sf-330s.html</link>
<guid>http://www.rfpmart.com/1103211-us-fed-c222--509-26-105-electrical-master-planning-va-26-00013664-request-for-sf-330s.html</guid>
</item>
<item>
<title>US-FED-00000375003 - CMR Grounds Safety Improvement Project. - Deadline June 1,2026</title>
<description>The US Embassy Banjul wishes to solicit bids for repairing the walkways, stairways, patio, and gazebo in the CMR compound. The repairs will include the removal of all existing pavers, stones, and sunken areas in the walkways and stairways, followed by their replacement with non–slip floor tiles. Additionally, the project will include repairing the storm drainage system and meeting safety requirements by installing handrails as per below scope of work (SOW). U.S. Government intends to award a contract to the responsible company submitting a technically acceptable quotation at the lowest price.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103210-us-fed-cmr-grounds-safety-improvement-project.html</link>
<guid>http://www.rfpmart.com/1103210-us-fed-cmr-grounds-safety-improvement-project.html</guid>
</item>
<item>
<title>US-FED-00000375002 - Repair Main Hangar - Deadline April 28,2026</title>
<description>The purpose of this sources sought is to obtain knowledge of potential sources for this project including interested Small Business concerns. This notice is for planning purposes only. All interested parties are encouraged to respond. McEntire Joint National Guard Base, Eastover, South Carolina may issue a solicitation and award a contract to Repair Main Hangar with new concrete subject to the availability of funds. The magnitude of this project is expected to be between $10,000,000 and $25,000,000. All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 28 April 2026. This notification, which shall not exceed 10 typewritten pages, must include:(1) A positive statement of intent to bid as a prime contractor(2) A completed and signed Source Sought Information Request Form(3) A list of government building construction projects completed during the past five (5) years, with emphasis on work completed as a prime contractor. The dollar value, contract number, location, COR and Contracting Officer are to be included for each job. If you were not the prime contractor, you must provide the name and contact information of the prime contractor.(4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract.In the event an adequate number of Small Business contractors are not available for competition of this project, the government reserves the right to advertise on an unrestricted basis.Information shall be provided via email to [email? redacted] All responses must include the following in the subject line: Sources Sought W50S95–26–B–0003.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103209-us-fed-repair-main-hangar.html</link>
<guid>http://www.rfpmart.com/1103209-us-fed-repair-main-hangar.html</guid>
</item>
<item>
<title>US-FED-00000375001 - Carbohydrate Electrolyte Delivery Device Integrated with Personal Hydration (in-line with Hydration Set-up) with Food Safe Mater - Deadline May 8,2026</title>
<description>SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command – Soldier Center (DEVCOM–SC) to identify potential individual equipment for delivery of carbohydrate electrolyte beverage sources in line with individual hydration system manufactured with food contact safe materials.The Government requests that responses be submitted electronically to [email? redacted] and [email? redacted] by 5 PM EDT 8 May 2026.Description: DEVCOM–SC is conducting a Request for Information (RFI) on individual equipment for delivery of carbohydrate electrolyte beverage sources in line with individual hydration system.Specific Specifications:Carbohydrate electrolyte beverage delivery equipment made with food contact safe materialsCompatibility with individual hydration system without contamination or backflowDeliverables:All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files.1. Respondents: The White Paper should be written in respondent format, double spaced, and minimum font size of 10 pt. Paper should not exceed 12 pages, including cover.a. This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address).b. The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who. Example focus areas:i. Please discuss any/all relevant current products and services that currently meet or will be able to meet the enclosed requirements.ii. Vendors are encouraged to propose alternative products that may be able to meet or exceed the requirements.iii. As applicable, please discuss how your product(s) was implemented within industry/Government.c. Please discuss, as applicable, proposed hardware used as part of the solution.d. For Foreign companies: Discuss how the proposer will be able to work with the US Government in the future (i.e., US subsidiary or partner) if required.e. Additional documentation accepted (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, product specification sheets, user handbook/guides, pictures, link to demonstrations, test data, etc.2. Test, Certification and Accreditation (C&amp;A) Documentation:Vendors are requested to provide any supporting documentation illustrating safety certification, government approval, test data, etc.3. Cost.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103208-us-fed-carbohydrate-electrolyte-delivery-device-integrated-with-personal-hydration-in-line-with-hydration-set-up-with-food-safe-mater.html</link>
<guid>http://www.rfpmart.com/1103208-us-fed-carbohydrate-electrolyte-delivery-device-integrated-with-personal-hydration-in-line-with-hydration-set-up-with-food-safe-mater.html</guid>
</item>
<item>
<title>US-FED-00000375000 - Maui Base Operations Support Services and Construction - Deadline May 5,2026</title>
<description>THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Air Force is not seeking proposals at this time and will not accept unsolicited proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party`s expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued.Description: The 766th Enterprise Sourcing Squadron (766 ESS) located on Joint Base Pearl Harbor Hickam is seeking vendors interested in the following potential opportunities: 1) Base Operations Support (BOS) Services; and 2) Design, Construction, and Design–Build projects in support of the 15th Space Surveillance Squadron (15 SpSS) located on the Island of Maui. These efforts may be procured via one or more contract solutions depending on market capabilities. A definitive contract and/or a Multiple Award Contract for construction projects with a 12–month base and option periods is/are contemplated for these efforts. This notice is intended strictly for market research purposes only. Information gained from this notice will be used to determine acquisition strategy and any potential small business set–aside.Scope: Work under the BOS requirement includes all management personnel, equipment and services necessary to operate the facilities. This effort includes the ability to provide support to various Maui Site information and communications systems and associated tenant organizations. The performance of this contract is in support of operations, maintenance, logistics management, testing and all other requirements. Support includes potential future requirements, emerging technologies, system growth, and new/upgraded equipment as needed.Specific services include (but not limited to):Administration management and customer support,Facility and infrastructure maintenance; repair; demolition of Real Property/Real Property Installed Equipment (RP/RPIE); and support,Information technology support/Core Communication IT services include all services required to support the operation, maintenance, and logistics of 15 SPSS BOS Services Information Technology (MBSS–IT) systems,Operations (physical plant operations),Grounds maintenance,Refuse collection and disposal,Architect/engineer services (planning, design and construction management),Security system maintenance,Property control and accountability,Vehicle control, pickup and delivery, andCentral shipping and receiving; and warehouse storage and logistics support (material control) for 15 SPSS and mission partners working on site.Janitorial servicesSite facilities include:Two closed, potable water systems with pumps and tanks,Two water storage tanks (one 73,000–gallon underground tank and two 1,000 gallon above ground tanks),Two chlorination systems,</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103207-us-fed-maui-base-operations-support-services-and-construction.html</link>
<guid>http://www.rfpmart.com/1103207-us-fed-maui-base-operations-support-services-and-construction.html</guid>
</item>
<item>
<title>US-FED-00000374999 - PES-HI Decommission and DRMO Support Services - Deadline April 24,2026</title>
<description>The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Nakupuna Consulting LLC. A sole source Justification &amp; Approval document is being coordinated and, upon approval, a copy of it will be posted here on SAM.gov to comply with the public display requirements of FAR 6.305.The proposed contract action is for fully executing the accountability, sanitization, deinstallation, decommissioning, packaging, staging, and Defense Logistics Agency Disposition Services (DLA–DS) turnin of all Government Furnished Property (GFP) associated with the Pacific Enterprise ServicesHawaii program. The contractor will perform all activities in accordance with DoDI 4160.21, DoDM 4160.21–M, applicable security policy, and internal Government procedures governing the handling and disposal of sensitive electronic assets. The contractor will plan, coordinate, document and execute all phases of the decommissioning and disposal of all GFP. The contractor will coordinate and facilitate meetings and site visits with DISA, facility managers, and other stakeholders. The contractor will conduct a full site assessment at each of the 61 locations to validate equipment type, quantity, serial number, physical condition, safety considerations, and any deinstallation constraints. The contractor will identify all GFP equipment requiring sanitization and determine the appropriate method consistent with DoDI 4160.21, DoDM 4160.21–M, and applicable Information Security Policy. The contractor will package, palletize, and prepare equipment for DRMO in accordance with all OSHA, NFPA 70E and safety requirements and complete all required DRMO documentation.Period of performance for this requirement will be one year from the date of award.At this time, the incumbent contractor Nakupuna Consulting LLC is the only source capable of providing all necessary services since they were the contractor performing on Contract HC1019–23–C–0002, PES–HI Support Services, where they developed and coordinated project installation of the telecommunications equipment across 61 locations. They reviewed the design plans for installation of the equipment; and therefore, have a good understanding of how the equipment are to be uninstalled. Through their performance of this contract, they have acquired the knowledge of where the various telecommunication equipment are among the various locations. They developed the records and database which tracked where the equipment are located which will be used to track the uninstallation of the very same equipment. Nakupuna knows the facility managers and stakeholders of the 61 sites and have established relationships with them over the years, making it easier on both sides when they have to schedule the uninstallation of equipment. Nakapuna has history of the telecommunication equipment and stakeholders and a logical follow–on contract to them will be in the best interest of the Government, saving time and money, of having to re–educate a new contractor.The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302–1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 7 days of this notification and include a detailed capability statement and business size. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole–source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement.The North American Classification System (NAICS) code 561210 will be used for determining company size status.CONTRACT/PROGRAM BACKGROUND: The PES–HI Decommission and DRMO Support Services requirement is a new requirement. However, related work to this requirement was performed under:Contract Number: HC1019–23–C–0002Contract Type: Firm Fixed PriceIncumbent and their size and CAGE: Nakapuna Consulting LLC, 8QP08, SDB (8(a))Method of previous acquisition: 8(a) sole sourcePeriod of performance: 1 June 2023 28 November 2025SPECIAL REQUIREMENTS: Must have Secret facility clearance.Points of Contact: Gwendolyn Rapoza at Gwendolyn.m.rapoz[email? redacted] and Jodie Onaga–Nuttall at [email? redacted]For information on DISA`s requirements, you can find current information on our home page: www.disa.mil that includes current forecast and the current acquisition strategies. If there is no information regarding the requirement you may be inquiring about, then there is no additional publicly available information. Please continue to rev</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103206-us-fed-pes-hi-decommission-and-drmo-support-services.html</link>
<guid>http://www.rfpmart.com/1103206-us-fed-pes-hi-decommission-and-drmo-support-services.html</guid>
</item>
<item>
<title>US-FED-00000374998 - Z2DA--589-21-211, Renovate Building 26 for Pharmacy, Phlebotomy, and Police - Deadline April 28,2026</title>
<description>Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice Project 589–21–211, Renovate Building 26 for Pharmacy, Phlebotomy, and Police. This is a Sources Sought Notice to determine the availability of service disabled veteran owned small business (SDVOSB) firms for a possible small business category type set–aside for Construction Services Project: 589–21–211, Renovate Building 26 for Pharmacy, Phlebotomy, and Police. This is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitmentÂ by the government, implied or otherwise to issue a solicitation or ultimately award a contract.Â An award will not be made on information received in response to this notice.Â This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing any Request for Proposal. PROJECT DESCRIPTION AND SCOPE The Contractor shall provide all labor, materials, and equipment to accomplish the Renovate Building 26 for Pharmacy, Phlebotomy, and Police project per construction drawings and specifications. The project shall be accomplished per contract drawings numbered 589–21–211, and specification number 589–21–211. This project will renovate approximately 5,700 square feet of space to align Pharmacy waiting space with the required demand, improve Phlebotomy services, expand access to Phlebotomy, provide rooms sized for an x–ray and CT for future equipment purchase, and renovate space for the Police department which is drastically undersized. The work will be considered a construction site within an active medical facility and ICRA requirements will apply, including establishing and monitoring negative air that is exhausted directly to the outdoors per the VHA ICRA requirements. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, small business size standard of $45 Million. Interested firms must be registered in https:www.SAM.gov with this NAICS code and qualified as a service disabled veteran owned small business under this NAICS code. Qualified service–disabled veteran owned small businesses are encouraged to respond and required to be registered in the Veteran Small Business Certification (VetCert) registry Veteran Small Business Certification (sba.gov) on or before the response date. The intent of this notice is to identify potential Small Business firms capable of performing these services. The Government will use the information obtained from this source sought announcement to make a set–aside determination including further restriction under a socio–economic status, firms must identify their socio–economic status for NAICS code 236220, Commercial and Institutional Building Construction. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 236220 with the applicable business size of $45 million. If interested in this opportunity, please provide via email a Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs of any prospective construction contractors` project execution capabilities. The submission is limited to 10 single side pages which shall include the following information: 1) Offeror`s name, address, point of contact, phone number, e–mail address, and Unique Entity ID; 2) Offeror`s interest in bidding on the solicitation when it is issued; 3) Offeror`s capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years – brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) – provide at least 3 examples; 4) Offeror`s Veteran Small Business Certification (VetCert) certification as a Veteran owned business; 5) Please provide Socio–economic status for NAICS code 236220, Commercial and Institutional Building Construction and provide percentage of self–performed labor your company can perform for this type of project; 6) Offeror`s Joint Venture information if applicable – existing and potential;Â 7) Offeror`s Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate.Â The Response Due Date for this Sources Sought Notice is Tuesday, April 28, 2026, 2:00 pm Central Time.Â Respondents will not be notified of the results of analysis. Submit your responses to [email? redacted] PLEASE REFERENCE &amp;ldquo;SOURCES SOUGHT: Project 589–21–211, Renovate Building 26 for Pharmacy, Phlebotomy, and Police&amp;ldquo; IN THE SUBJECT LINE and first page of the response. The point of contact for submission of Capabilities Statement and questions is: David Sterrett, Contract Spe</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103205-us-fed-z2da--589-21-211-renovate-building-26-for-pharmacy-phlebotomy-and-police.html</link>
<guid>http://www.rfpmart.com/1103205-us-fed-z2da--589-21-211-renovate-building-26-for-pharmacy-phlebotomy-and-police.html</guid>
</item>
<item>
<title>US-FED-00000374997 - Sources Sought Notice for Hematology analyzer reagents - Deadline April 24,2026</title>
<description>Sources–Sought NoticeThe Indian Health Service, Chinle Service Unit, Pinon Health Center, is issuing this sources–sought notice (SSN) to identify capable Indian–owned, economic enterprises large (IEE) or small (ISBEE) that can lease program (CPRR FSS V797D–40235) request, include the hematology analyzer reagents calibration material controls and scheduled unscheduled PM services.Other capable firms are also invited to respond to this SSN. The Contracting Officer will consider responses for Buy Indian Act (25 U.S.C. 47) opportunities first, then for set aside programs under the Small Business Act (41 U.S.C. 3104).The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 33451 Analytical Laboratory Instrument Manufacturing with a small business size standard of 1000 employees.THIS IS NOT A SOLICITATION. Information collected from this notice is purely for market research only and will be used to determine the contracting office`s acquisition strategy including competition, set asides, and locating Indian–owned economic enterprises. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred in response to this request for information.In accordance with FAR 4.203–1(b), offerors and quoters must be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted and at time of award.Submission Instructions: Interested parties who consider themselves qualified to perform the above–listed services are invited to submit a response to this notice by April 24, 2026, by 5:00pm to Nora Nutlouis, Purchasing Agent, ([ phno? redacted ] at [email? redacted] with the subject line &amp;ldquo;SSN IHS1523295. Your submission must include the following information, at a minimum:Company Profile that includes: UEI, Name and Address, Primary POC information, business size and type of ownership, socio–economic status/participation such as 8(a), WOSB/EDWOSB, SDVOSB and HUBZone, identification of Native American ownership, SAM.gov representations and certifications, and other related documentation.A brief statement of the company`s capability that relates to the described government requirement. Additional demonstration of capability may include current and past performance history for the same or similar requirement, established contracts such as GSA or VA Schedule, etc.Indian–owned Small Business Economic Enterprises (ISBEEs) and Indian–owned Economic Enterprises (IEEs) must also submit a completed IHS IEE Representation Form (attached) in accordance with HHSAR 326.606–1(b).Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103204-us-fed-sources-sought-notice-for-hematology-analyzer-reagents.html</link>
<guid>http://www.rfpmart.com/1103204-us-fed-sources-sought-notice-for-hematology-analyzer-reagents.html</guid>
</item>
<item>
<title>US-FED-00000374996 - Sources Sought Notice Alcor ISED Elite ESR analyzer - Deadline April 27,2026</title>
<description>Sources–Sought NoticeThe Indian Health Service, Chinle Service Unit is issuing this sources–sought notice (SSN) to identify capable Indian–owned, economic enterprises large (IEE) or small (ISBEE) for instrument placement (cost–per–test) for 1 Alcor ISED Elite ESR analyzer (112–00222P) and supplies will be purchased on as needed basis.Other capable firms are also invited to respond to this SSN. The Contracting Officer will consider responses for Buy Indian Act (25 U.S.C. 47) opportunities first, then for set aside programs under the Small Business Act (41 U.S.C. 3104).The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 325413 – In–Vitro Diagnostic Substance Manufacturing with a small business size standard of 1250 employees.THIS IS NOT A SOLICITATION. Information collected from this notice is purely for market research only and will be used to determine the contracting office`s acquisition strategy including competition, set asides, and locating Indian–owned economic enterprises. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred in response to this request for information.In accordance with FAR 4.203–1(b), offerors and quoters must be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted and at time of award.Submission Instructions: Interested parties who consider themselves qualified to perform the above–listed services are invited to submit a response to this notice by April 24, 2026, by 5:00pm (MST) to Nora Nutlouis, Purchasing Agent, ([ phno? redacted ] at [email? redacted] with the subject line &amp;ldquo;SSN – IHS1522413. Your submission must include the following information, at a minimum:Company Profile that includes: UEI, Name and Address, Primary POC information, business size and type of ownership, socio–economic status/participation such as 8(a), WOSB/EDWOSB, SDVOSB and HUBZone, identification of Native American ownership, SAM.gov representations and certifications, and other related documentation.A brief statement of the company`s capability that relates to the described government requirement. Additional demonstration of capability may include current and past performance history for the same or similar requirement, established contracts such as GSA or VA Schedule, etc.Indian–owned Small Business Economic Enterprises (ISBEEs) and Indian–owned Economic Enterprises (IEEs) must also submit a completed IHS IEE Representation Form (attached) in accordance with HHSAR 326.606–1(b).Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103203-us-fed-sources-sought-notice-alcor-ised-elite-esr-analyzer.html</link>
<guid>http://www.rfpmart.com/1103203-us-fed-sources-sought-notice-alcor-ised-elite-esr-analyzer.html</guid>
</item>
<item>
<title>US-FED-00000374995 - BRAND NAME: OMNI Hysteroscopy Standard Set and Omni Instrument Tray - Deadline April 27,2026</title>
<description>Sources–Sought NoticeThe Indian Health Service, Shiprock Service Unit is issuing this sources–sought notice (SSN) to identify capable Indian–owned, economic enterprises large (IEE) or small (ISBEE) that can provide Omni Hysteroscopy Standard Set and Omni Instrument Trays.*Brand Name &amp;ldquo;Omni&amp;ldquo;Other capable firms are also invited to respond to this SSN. The Contracting Officer will consider responses for Buy Indian Act (25 U.S.C. 47) opportunities first, then for set aside programs under the Small Business Act (41 U.S.C. 3104).The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing with a small business size standard of 1,250 employees.THIS IS NOT A SOLICITATION. Information collected from this notice is purely for market research only and will be used to determine the contracting office`s acquisition strategy including competition, set asides, and locating Indian–owned economic enterprises. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred in response to this request for information.In accordance with FAR 4.203–1(b), offerors and quoters must be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted and at time of award.Submission Instructions: Interested parties who consider themselves qualified to perform the above–listed services are invited to submit a response to this notice by Monday April 27, 2026 12pm MST to William Lee at [email? redacted] with the subject line &amp;ldquo;SS–SRSU–26–0025&amp;ldquo;. Your submission must include the following information, at a minimum:Company Profile that includes: UEI, Name and Address, Primary POC information, business size and type of ownership, socio–economic status/participation such as 8(a), WOSB/EDWOSB, SDVOSB and HUBZone, identification of Native American ownership, SAM.gov representations and certifications, and other related documentation.A brief statement of the company`s capability that relates to the described government requirement. Additional demonstration of capability may include current and past performance history for the same or similar requirement, established contracts such as GSA or VA Schedule, etc.Indian–owned Small Business Economic Enterprises (ISBEEs) and Indian–owned Economic Enterprises (IEEs) must also submit a completed IHS IEE Representation Form (attached) in accordance with HHSAR 326.606–1(b).Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103202-us-fed-brand-name-omni-hysteroscopy-standard-set-and-omni-instrument-tray.html</link>
<guid>http://www.rfpmart.com/1103202-us-fed-brand-name-omni-hysteroscopy-standard-set-and-omni-instrument-tray.html</guid>
</item>
<item>
<title>US-FED-00000374994 - 2027-2029 Maintenance Dredging, Anchorage Harbor, Alaska - Deadline May 19,2026</title>
<description>THIS IS A SOURCES SOUGHT NOTICE ONLY FOR 2027–2029 MAINTENANCE DREDGING, ANCHORAGE HARBOR, ALASKA. OFFERS OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE–SOLICITATION.The Alaska District of the U.S. Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy prior to releasing a solicitation for this anticipated project. The determination of acquisition strategy lies solely with the government and will be based on market research and information available to the government from other sources. Please note that this Sources Sought Notice is for information only and does not constitute a solicitation for competitive offers/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services.DESCRIPTION OF WORK: Perform surveying, dredging and disposal of approximately 900,000 cubic yards of fine–grained shoaled material annually for three (3) years at the Anchorage Harbor with an option to annually dredge 350,000 cubic yards of sandy material with some cobbles in Cook Inlet Navigation Channel. The dredging must be accomplished in a manner that keeps the Port of Alaska dock face and terminals accessible for shipping traffic at all times. The Cook Inlet Navigation Channel, which is the marked entrance through Knik Arm Shoal to Anchorage Harbor, may also require periodic maintenance dredging. The Contractor is to furnish all labor, equipment, supplies, materials, supervision and other items and services necessary to accomplish the work. All maintenance dredging in Anchorage Harbor and Cook Inlet Navigation Channel shall be performed using hopper or mechanical dredges only. Cutterhead, suction and pipeline dredges are not permissible. The estimated award date of the contract is 10 January 2027. Options for 2028 and 2029 maintenance dredging and early season dredging each year, will be in this solicitation. Construction Wage Determinations (formerly Davis–Bacon) will apply.The Contractor shall furnish all labor, equipment, supplies, materials, supervision, and other items and services necessary to accomplish the work. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures.The total estimated magnitude of construction for base and option items is between $25,000,000 and $100,000,000. The type of contract shall be firm–fixed price. Construction wage rates (formerly Davis Bacon Act wage rates) shall apply.If the project is cancelled, all proposal/bid preparation costs will be borne by the offeror. If a large firm is selected for this contract, the firm must comply with FAR 52.219–9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract.All offerors are advised that they must be registered in the System for Award Management (SAM) (www.sam.gov) before submitting a proposal. Joint ventures must also be registered in SAM as a joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. Lack of registration in the SAM database would make an offeror ineligible for award.The requirement for the submission of both performance and payment bonds in an amount equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding.THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTOR FIRMS (Large and Small Businesses under NAICS 237990). All interested firms are encouraged to respond to this announcement no later than 19 May 2026, by 2:00 PM Alaska Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA–CT (Gosh), PO Box 6898, JBER, AK 99506–0898 or via email to [email? redacted] and [email? redacted]Interested prime contractor firms are encouraged to submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work described above. Packages should include the following information regarding their company:1. Company Name, Address, UEI Number, Cage Code, Business Size under the applicable NAICS above, and Point of Contact information including email and phone number.2. SAM status, Large or Small Business status under the applicable NAICS above, and type of small business (8a, HUBZone, Service–Disabled Veteran–Owned, Women–Owned, etc.)3. Firm`s single project bonding capability/limit.4. Demonstration of the firm?s experience as a prime contractor on projects of similar size, type, and complexity within the past six years. List actual projects completed and include project title, location, and a brief description of the project including the type of equipme</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103201-us-fed-2027-2029-maintenance-dredging-anchorage-harbor-alaska.html</link>
<guid>http://www.rfpmart.com/1103201-us-fed-2027-2029-maintenance-dredging-anchorage-harbor-alaska.html</guid>
</item>
<item>
<title>US-FED-00000374993 - Sources Sought For: Hydraulic Pump, NSN: 4320-01-432-2680 - Deadline May 4,2026</title>
<description>This is a SOURCES SOUGHT NOTICE/MARKET RESEARCH SURVEY to request information for Government planning purposes only. The Army Contracting Command Detroit Arsenal (ACC–DTA) is seeking to gain knowledge of interest, capabilities and qualifications of various members of the community, to include both small and large businesses, for production of the item identified below. Responses to this Sources Sought Notice/Market Research Survey will assist ACC–DTA in planning its acquisition strategy for a potential future acquisition.Please see attached Sources Sought Notice for more details.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103200-us-fed-sources-sought-for-hydraulic-pump-nsn-4320-01-432-2680.html</link>
<guid>http://www.rfpmart.com/1103200-us-fed-sources-sought-for-hydraulic-pump-nsn-4320-01-432-2680.html</guid>
</item>
<item>
<title>US-FED-00000374992 - Request for Information (RFI) for a Family of Affordable Mass Missiles Beyond Adversary`s Reach (FAMM-BAR) - Deadline April 29,2026</title>
<description>1.0 PURPOSEThe Portfolio Acquisition Executive for Weapons (PAE–W) is conducting market research to identify potential sources with the capabilities to design, develop, and manufacture an adaptable and affordable Family of Affordable Mass Missiles (FAMM). This RFI is issued to gather information from industry on their abilities to perform these tasks in an affordable and expedited manner.2.0 BACKGROUND INFORMATIONThe Air Force Life Cycle Management Center, Armament Directorate, Adaptive Weapons Division, Weapons Capacity Task Force (EBIW), Eglin AFB, FL issues this RFI to help determine the technical capability and qualifications of industry to meet a need to produce FAMM–BAR for the Government and Foreign Military Sales. The potential procurement objective is to produce an inventory for the Government and Foreign Military Sales. The expectation is that the annual production orders will range from 1000 2000 units per year for 5 years (procurement numbers will vary by year).The program office seeks to streamline the battlespace by developing a single, common, air–to–surface munition that is affordable, adaptable, and possesses significant standoff range. The core concept is a singular design that allows for the primary deployment method via Palletized: For long–range strike from cargo aircraft. The Government is also presenting trade space for a secondary deployment method from the same singular design via Lugged: For long–range employment on fighter and additional aircraft.The program office requests more information on your current design and if it includes the ability for the munition to be delivered from air to surface, and surface to surface by Army and Navy systems. This is not a request to change your current design to satisfy other services and strictly for information gathering nor is it a demand signal from the other services.3.0 REQUESTED INFORMATIONSee attached RFI document.4.0 SECURITYThe anticipated security level for this Agreement will be UNCLASSIFIED. Highlight any work in which your organization may be classified above this level, and the ability to handle and store at those levels within your response.5.0 SUBMISSION INSTRUCTIONSRespondents to this RFI should adhere to the following details. Interested parties are requested to respond with a white paper in the following format: Microsoft Word compatible; 10 pages or less (including cover and administrative pages); 1–inch margins; and 12–point font (or larger). Interested parties should provide a company profile to include the following:Company NameCompany AddressPoint of ContactE–mail AddressWebsite AddressTelephone NumberBusiness Category as it relates to the North American Industry Classification System (NAICS) code 332993 numbers of employeesDUNS number / CAGE Code</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103199-us-fed-request-for-information-rfi-for-a-family-of-affordable-mass-missiles-beyond-adversarys-reach-famm-bar.html</link>
<guid>http://www.rfpmart.com/1103199-us-fed-request-for-information-rfi-for-a-family-of-affordable-mass-missiles-beyond-adversarys-reach-famm-bar.html</guid>
</item>
<item>
<title>US-FED-00000374991 - 66 - FMS REPAIR - CONTROL, SERVO AUTOM - Deadline May 17,2026</title>
<description>This is a sole source requirement for the repair of the following:Nomenclature: CONTROL,SERVO,AUTOMNSN: 7RE 6615 012567324 VHPart Number: 70[ phno? redacted ]FMS Case: GR–P–BBKCRITICAL SAFETY ITEM (CSI)QTY: 1RMC: 3CNAVUP WSS Philadelphia intends to award this requirement on a sole source basis under an alreadyestablished BOA.The Government physically does not have in its possession sufficient, accurate, or legible data to contract withother than the current source. One or more of the items under this acquisition is subject to Free TradeAgreements. (FAR 52.225–3).One or more of the items under this acquisition are subject to the World Trade Organization GovernmentProcurement Agreement and Free Trade Agreements. (FAR 52.225–5)These items require Government Source Approval prior to the award. The time required for approval of a newsource is normally such that an award cannot be delayed pending approval of a new source. If you are not anapproved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSSSource Approval Brochure, which can be obtained on the internet athttps://www.navsup.navy.mil/Business–Opportunities/Home</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103198-us-fed-66---fms-repair---control-servo-autom.html</link>
<guid>http://www.rfpmart.com/1103198-us-fed-66---fms-repair---control-servo-autom.html</guid>
</item>
<item>
<title>US-FED-00000374990 - Sources Sought - Keesler AFB Telecommunications Services - Deadline April 24,2026</title>
<description>Commercial local and long distance Telecommunications service for Keesler AFB customers is required to ensure all organization have the ability to make and receive commercial local and long distance calls to successfully accomplish their mission. If commercial local and long distance telecommunication service is not repurchased all base organization on Keesler AFB will loose the ability to make and receive commercial local and long distance calls, which will negatively impact organizations ability to accomplishing their mission.Please see attached Performance Work Statement for more details.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103197-us-fed-sources-sought---keesler-afb-telecommunications-services.html</link>
<guid>http://www.rfpmart.com/1103197-us-fed-sources-sought---keesler-afb-telecommunications-services.html</guid>
</item>
<item>
<title>US-FED-00000374989 - Sole Source Notice - Annual Maintenance on Alaris Smart Pumps - Deadline April 21,2026</title>
<description>The Billings Area Indian Health Service (IHS) intends to award a non–competitive purchase order to Carefusion Solutions LLC, 3750 Torrey Drive Ct., San Diego, CA 92130 for Annual Preventive Maintenance Services on the Alaris Smart Infusion Pumps located at the Blackfeet Service Unit, Browning, Montana; Crow Service Unit, Crow Agency, Montana and; Fort Belknap Service Unit, Harlem, Montana. The procurement will be conducted pursuant to the authority of Federal Acquisition Regulation FAR 12.102 Restricting Competition; and FAR 37.101, Non–Personal Services Contract. The IHS anticipates the award of a fixed–price purchase order for the period of May 1, 2026 through April 30, 2027. This is not a request for competitive proposal and no solicitation is available. Firms that believe they can provide the service are encouraged to identify themselves and give written notification. A determination by the Government not to compete this action is solely within the discretion of the Government. Any Information received will be used for market research purposes for future considerations.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103196-us-fed-sole-source-notice---annual-maintenance-on-alaris-smart-pumps.html</link>
<guid>http://www.rfpmart.com/1103196-us-fed-sole-source-notice---annual-maintenance-on-alaris-smart-pumps.html</guid>
</item>
<item>
<title>US-FED-00000374988 - FIRE PUMP - Deadline April 22,2026</title>
<description>LINE ITEM 1:FIRE PUMPNSN:[ phno? redacted ]444PN:4&amp;ldquo; CLA–VAL MODEL 50–20KOQTY: 12 EAPLEASE SEE ATTACHMENTS.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103195-us-fed-fire-pump.html</link>
<guid>http://www.rfpmart.com/1103195-us-fed-fire-pump.html</guid>
</item>
<item>
<title>US-FED-00000374987 - 6350-- 442 LiveView Technologies (LVT) Mobile Camera System (VA-26-00037137) - Deadline April 24,2026</title>
<description>CHEYENNE VA MEDICALÂ CENTER LIVE UNIT CAMERA SYSTEMÂ Â Disclaimer: This Request for Information (RFI) is issued solely for market research information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are NOT offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Information Requested from Industry: In response to the Sources Sought, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses in accordance with the Statement of Work draft / Salient Characteristics List. Responses to market research table questionnaire shall be submitted. If this information is not provided, then it will be assumed the entire requirement cannot be met. Description of Requirement: The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for live unit camera system forÂ Cheyenne, Wyoming VA Medical Center. ThisIF this will be a VISN contract state that here. Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Department of Veterans AffairsÂ Cheyenne VA Medical CenterÂ 2360 E. Pershing Blvd.Â CheyenneÂ WYÂ 82001Â USAÂ Performance Work Statement: I. Description of Services Providing mobile camera trailers into VA hospital security aims to enhance surveillance and monitoring capabilities by providing continuous, real–time coverage of critical areas, thus improving incident management and response times. The visible presence of these trailers acts as a deterrent to criminal activities while ensuring the safety of patients, staff, and visitors through quick deployment and advanced security features. Additionally, this technology aids in regulatory compliance, optimizes resource use, and builds community confidence by demonstrating a commitment to a secure and safe environment, thereby supporting overall operational efficiency, stakeholder trust and safety. II. Scope of Work The purpose of this requirement is to lease and integrate two mobile trailers into the security VA hospital security operations seeking to significantly enhance surveillance and monitoring capabilities by delivering continuous, real–time coverage of critical areas. Period of Performance will be base year plus 4 option years. This integration is designed to improve incident management and expedite response times. The conspicuous presence of these trailers acts as a strong deterrent to criminal activities while ensuring the safety of patients, staff, and visitors through rapid deployment and cutting–edge security features. Moreover, this technology facilitates regulatory compliance, maximizes resource utilization, and fosters community confidence by underscoring a steadfast commitment to maintaining a secure and safe environment, thereby bolstering overall operational efficiency and garnering stakeholder trust. III. Requirements This requirement must provide the rental of two mobile camera trailers, which are able to be used for surveillance, security, and monitoring in various extreme weather environments and associated services. 1. 2 Mobile Camera Trailer Units: a. The trailers will be fully assembled with mounted cameras. b. Solar panels and battery systems for power. c.Built–in storage for data recording. d. Pan–tilt–zoom (PTZ) cameras for comprehensive coverage. 2. Surveillance Equipment: a. High–definition cameras b. Night vision capabilities c. Motion detection sensors d. License plate recognition (LPR) System. 3. Software and monitoring services: a. Remote access to live video feeds via web or mobile applications b. Cloud storage for video footage c. Real–rime alerts and notification d. Analytics and Axon reporting tools. 4. Connectivity and Infrastructure: a. Cellular or satellite communication modules for remote locations b. Ethernet and Wi–Fi capable and integrate with current Axon body cameras and Axon reporting software. IV. Timeline/Milestone – The projected timeline for integrating mobile camera trailers at VA hospitals will be completed within two months once awarde</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103194-us-fed-6350---442-liveview-technologies-lvt-mobile-camera-system-va-26-00037137.html</link>
<guid>http://www.rfpmart.com/1103194-us-fed-6350---442-liveview-technologies-lvt-mobile-camera-system-va-26-00037137.html</guid>
</item>
<item>
<title>US-FED-00000374986 - Office Furniture for Building T128 Fort Shafter, Honolulu - Deadline April 27,2026</title>
<description>The Government is conducting market research to identify capable sources for office furniture for Building T–128 at Fort Shafter, Honolulu. The requirement includes workstations, seating, storage, and related ancillary furnishings. See attached floor plan and salient characteristics for details. Vendors are requested to provide capability information and identify their ability to meet the requirement. Vendors are also encouraged to provide information regarding delivery lead times (with emphasis on accelerated delivery capability), budgetary pricing/rough order of magnitude (ROM) estimates, and relevant past performance, as these areas are of particular interest to the Government for market research purposes. This is not a request for quotes and does not constitute a solicitation.Interested parties are encouraged to identify their business size/status (e.g., small business, WOSB, HUBZone, SDVOSB, if applicable) in their response.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103193-us-fed-office-furniture-for-building-t128-fort-shafter-honolulu.html</link>
<guid>http://www.rfpmart.com/1103193-us-fed-office-furniture-for-building-t128-fort-shafter-honolulu.html</guid>
</item>
<item>
<title>US-FED-00000374985 - UNIFY TELECOMMUNICATION SYSTEM SUSTAINMENT - Deadline April 24,2026</title>
<description>This is a non–personal services contract to provide sustainment of the UNIFY TELECOMMUNICATIONS SYSTEM (hereafter known as Unify) requirements, Services and Maintenance. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervisrion, and other items and non–personal services necessary to perform Unify Telecommunication System Sustainment as defined in this Performance Work Statement. The contractor shall ensure The Unify Service support ensures uninterrupted corrective action to recover/restore any catastrophic outages associated with theUnify Telecommunications System. The Unify Maintenance support consists of remote systems monitoring, systems diagnostics, scheduling system downtime, and dispatching a technician, when required.The Contractor shall provide personnel certified/qualified to perform maintenance and service tasks on the Unify system as to not void any existing warranties.This contract will be for one base year starting in July 2026, with four separate option years.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103192-us-fed-unify-telecommunication-system-sustainment.html</link>
<guid>http://www.rfpmart.com/1103192-us-fed-unify-telecommunication-system-sustainment.html</guid>
</item>
<item>
<title>US-FED-00000374984 - Gym Equipment Maintenance - Deadline April 21,2026</title>
<description>Contractor is to provide all personnel, labor, supervision, management, supplies, tools, equipment, parts, materials, transportation, shipping/ delivery and all other items/ services necessary to ensure gym equipment maintenance service are performed at the Gunfighter Fitness Center</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103191-us-fed-gym-equipment-maintenance.html</link>
<guid>http://www.rfpmart.com/1103191-us-fed-gym-equipment-maintenance.html</guid>
</item>
<item>
<title>US-FED-00000374983 - Induction Mast Standpipe Thermal Spray Repair Services - Deadline April 22,2026</title>
<description>The Regional Maintenance Center at Puget Sound Naval Shipyard &amp; Intermediate Maintenance Facility (PSNS &amp; IMF) is conducting market research to determine industry capability and interest in performing restoration of SSBN 737 Induction Mast Standpipe.SCOPE:Trident Refit Facility, Bangor, WA (TRFB), in support of the SSBN 737 USS Kentucky Extended Refit Period (ERP) maintenance availability, requires commercial thermal spray surface deposition repair services to restore the Induction Mast Standpipe outer surface as directed by Ref. 2.1. The outer surface of the Induction Mast Standpipe requires outer &amp;ldquo;wear&amp;ldquo; surface repairs due to wear and corrosion by products and defects that do not meet inspection criteria of the applicable NAVSEA Maintenance Standard document. Thermal spray repair of components removed from USN vessels shall only be conducted by thermal spray entities whose deposition processes and facilities have been certified by NAVSEA. The Induction Mast Standpipe outer wear surface was previously repaired in 2012 via thermal spray repairs conducted by Norfolk Naval Shipyard (NNSY) per Ref. 2.1. When TRFB engaged NNSY in FEB 2026 to query as to their capability to assist with thermal spray repair services, NNSY responded that they do not currently have the capability. TRFB then surveyed other USN shipyards, which resulted with no activity having the requisite thermal spray capability, thus commercial thermal spray services are required.Period of Performance:The ESTIMATED period of performance will be 01 May 2026 – 31 July 2026.What/Where to Submit:Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e–mail address of one point of contact. Please hand or digitally sign your letter of interest and e–mail it to the Government contacts listed below, with &amp;ldquo;Induction Mast Thermal Spray Sources Sought Response&amp;ldquo; in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages.1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 332812?2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)?4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Thermal Spray package?5. Based off the Draft Statement of Work (attached), please provide an estimate for lead time of this requirement.6. Based off the Draft Statement of Work (attached), please provide an estimate for the cost of this requirement, including shipping costs. This is only to support Market Research, and no contractors will be held to estimates provided in response to this sources sought. Drawings and References cannot be provided until a solicitation is posted.Notice Regarding Sources Sought:This Sources Sought is issued solely for information and planning purposes – it does not constitute a solicitation or a promise to issue a solicitation in the future. This Sources Sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party`s expense. Not responding to this Sources Sought does not preclude participation in any future Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS &amp; IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement.Information provided in response to this sources sought announcem</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103190-us-fed-induction-mast-standpipe-thermal-spray-repair-services.html</link>
<guid>http://www.rfpmart.com/1103190-us-fed-induction-mast-standpipe-thermal-spray-repair-services.html</guid>
</item>
<item>
<title>US-FED-00000374982 - B--ROCK SAMPLE ANALYSES - Deadline April 22,2026</title>
<description>The U.S. Geological Survey (USGS) is conducting market research to determine the availability of qualified businesses capable of providing the services described below for rock sample analyses. This Sources Sought notice is issued for informational and planning purposes only and does not constitute a request for quotations or proposals. The Government is not committed to award a purchase order or contract as a result of this announcement. Information received will be used solely for planning purposes to assist the Government in determining an appropriate acquisition strategy. The Government will not pay for any costs incurred in responding to this notice.The USGS GMEG– Geology, Minerals, Energy, and Geophysics Science Center requires specialized analytical services for:High–number, high–throughput U–Th–Pb zircon geochronologyLu–Hf isotopic analysis for select detrital zircon samplesSupporting services include:Mineral separationBackscattered Electron (BSE) imagingCathodoluminescence (CL) imagingDetermination of zircon ages and isotopic ratiosThe requirement includes analysis of:19 fluvial detrital zircon samples9 fine–grained volcanic tephra samplesThe volcanic samples contain extremely fine–grained zircons (potentially as small as 10 microns), requiring highly specialized laser spot size capability and extraction methods. Additionally, the requirement involves high–throughput, high–N analytical capability.Interested sources must demonstrate the capability to:Perform high–throughput, high–N zircon U–Th–Pb analysisConduct simultaneous Lu–Hf isotopic analysis using split–stream techniquesUtilize advanced instrumentation (e.g., LA–ICP–MS systems capable of split–stream analysis such as Neptune/Element2 or equivalent)Extract and analyze zircon crystals from extremely fine–grained volcanic samples (10 microns)Provide integrated imaging (BSE and CL) and analytical workflowsAll responsible sources may submit a capability statement, including relevant experience and/or technical specifications, demonstrating their ability to meet the requirements outlined in this notice.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103189-us-fed-b--rock-sample-analyses.html</link>
<guid>http://www.rfpmart.com/1103189-us-fed-b--rock-sample-analyses.html</guid>
</item>
<item>
<title>US-FED-00000374981 - J059--Strax/Hiperwall/AV Support Services- Greater Los Angeles VA Healthcare System - Deadline April 20,2026</title>
<description>Presolicitation Notice Presolicitation Notice Page 3 of 3 Presolicitation Notice Presolicitation Notice Page 1 of 3 This is not a solicitation announcement. This is a pre–solicitation notice only. The purpose of this notice is to announce that the Department of Veterans Affairs, Veterans Integrated Service Network (VISN 22), Network Contracting Office (NCO) 22 is seeking contractors interested in providing a quote for the user training and system maintenance and support services for the facility s existing Audio–Visual (AV) system, Hiperwall and STRAX platform that is currently integrated into the Greater Los Angeles VA (VAGLA) Emergency Management program for situational awareness, hospital operational readiness located at the Greater Los Angeles VA Healthcare System, 11301 Wilshire Blvd., Los Angeles CA, 90073. Solicitation shall be issued on or about April 20, 2026. The following NAICS code: 811210 and PSC code: J059 apply to this requirement. This is a 100% Small Business set–aside. This will be a firm–fixed price contract. ALL SMALL BUSINESSES MUST BE CERTIFIED WITH THE GOVERNMENT. All interested parties must respond to the solicitation announcement. A response to this notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Telephone responses will not be accepted. Point of Contact for this announcement is Jennell Christofaro at [email? redacted].</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103188-us-fed-j059--straxhiperwallav-support-services--greater-los-angeles-va-healthcare-system.html</link>
<guid>http://www.rfpmart.com/1103188-us-fed-j059--straxhiperwallav-support-services--greater-los-angeles-va-healthcare-system.html</guid>
</item>
<item>
<title>US-FED-00000374980 - S222--RFQ Daniel Sharps Sole Source Emergency - Deadline April 24,2026</title>
<description>This is a Special Notice of intent to award on a sole source basis. This is not a solicitation. The Department of Veterans Affairs intends to negotiate a requirement of Emergency Interim Sharps Medical Waste Disposal Services for VA Providence Healthcare System, RI. The applicable NAICS code is 562112. The PSC/FSC is S222. The authority for this action is FAR 13.106–1(b): Soliciting from a single source and fulfills FAR Part 5.101(a) posting requirements. **NOTE: This requirement was awarded on an emergency basis and will only be 6 months in length. During this time, a long–term solution will be acquired with market research conducted, an acquisition strategy selected, a solicitation completed, and an award of new contract.** This is a Special notice of intent to award on a sole source basis to satisfy the requirements of FAR 5.201 and 5.203. All interested parties should register via SAM.gov interested vendors list. It is the responsibility of the offeror to monitor and download amendments from SAM.gov Contract Opportunities, which may be issued to this notice. In accordance with FAR 52.204–7, FAR 2.101, and VAAR 802.101, prospective firms must be registered in SAM (www.sam.gov), and in VetCert (Veteran Small Business Certification (sba.gov)) databases prior to award. ((Note: In accordance with Public Law 109–461, 38 USC 8127, and NDAA 2021, all vendors claiming Small Business status in accordance with the Veteran`s First Contracting Program must be VERIFIED by the Small Business Administration (SBA)). Also, to qualify for a VA contract, vendor must be vendorized by completing Form 10091 at URL Â https://www.cep.fsc.va.gov/ . Interested persons may contact the Contracting Specialist via email at Sebastian.Freez[email? redacted] regarding this procurement. The determination to conduct a competitive procurement based on responses to this notice is solely within the discretion of the Contracting Officer.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103187-us-fed-s222--rfq-daniel-sharps-sole-source-emergency.html</link>
<guid>http://www.rfpmart.com/1103187-us-fed-s222--rfq-daniel-sharps-sole-source-emergency.html</guid>
</item>
<item>
<title>US-FED-00000374979 - Generator, Direct CU - Deadline May 2,2026</title>
<description>Item Name: Generator, Direct CUNSN: [ phno? redacted ]921Part Number: 12462682–1Minimum Quantity: 89 eachMaximum Quantity: 341 eachEnd Item: BradleyDescription: This Generator, Direct CU is used on the Bradley Family of Vehicles. The carrier electrical system has four batteries and charging, regulating and monitoring equipment. The batteries rovide power to start the engine and operate the electrical system when the engine is not running. Subsystems include the carrier lights, instruments and indicators, chemical air filtration, heater, and fire detection system. Two 300 ampere DC generators are driven by the power pack. The first generator is driven by a power–takeoff on the transmission and provides power for the carrier and charges the carrier batteries. The second generator is engine–mounted and is driven by a belt/pulley set up off the crankshaft. The second generator supplies the launcher with power during firing and charges the launcher batteries after firing. If the second generator cannot supply enough power to the launcher, the first generator can supply additional power, as needed, via the power relay box and wiring harness 1W11. The PTO generator (gear driven) is the primary generator, and the engine (belt driven) is the secondary generator.Technical Data is not available for this procurement. Procurement is source controlled to C.E. Niehoff (CAGE: 76761).Note that this is not a request for proposal.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103186-us-fed-generator-direct-cu.html</link>
<guid>http://www.rfpmart.com/1103186-us-fed-generator-direct-cu.html</guid>
</item>
<item>
<title>US-FED-00000374978 - H--NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT - Deadline April 20,2026</title>
<description>NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT. THIS IS NOT A REQUEST FOR COMPETITVE PROPOSALS.The Bureau of Indian Affairs (BIA) on behalf of the Bureau of Indian Education (BIE) has entered into a sole source Firm–Fixed Price contract with Automatic Control System, Inc. under the authority of FAR 13.106–1(b)(1) sole Source.Urgent request for Annual Aleton Control System with Maintenance Service at Baca/Dlo` Ay Azhi Community School.The anticipated delivery is March 31, 2027.No solicitation is available, and no technical questions will be answered regarding this requirement. The NAICS code for this acquisition is 238210. The point of contact for this requirement is Charmaine Williams–James, Contracting Officer, via email at [email? redacted].</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103185-us-fed-h--notice-of-intent-to-award-a-sole-source-contract.html</link>
<guid>http://www.rfpmart.com/1103185-us-fed-h--notice-of-intent-to-award-a-sole-source-contract.html</guid>
</item>
<item>
<title>US-FED-00000374977 - Safeguards IT Computer Security Support Services - Deadline May 1,2026</title>
<description>THIS IS A SOURCES SOUGHT NOTICE (SSN) ONLY. This SSN is issued solely for information and planning purposes; it does not constitute a Request for Quote (RFQ)/Request for Proposal (RFP) or a promise to issue an RFQ/RFP. The SSN does not commit the Internal Revenue Service (IRS) to contract for any supply or service. The IRS is not at this time seeking quotes or proposals. Responders are advised that the IRS will not pay any cost incurred in response to this SSN. All costs associated with responding to this SSN will be solely at the interested party`s expense. Not responding to this SSN does not preclude participation in any future RFQ/RFP. The information provided in this SSN is subject to change and is not binding on the IRS. All submissions become the property of the IRS and will not be returned. The IRS is requesting information to identify vendors capable of providing Safeguards IT Computer Security Support.INDUSTRY RESPONSEThe IRS is seeking capability statements from industry in accordance with Attachment 1 – Draft Performance Work Statement (PWS). The purpose of this SSN is to conduct market research and to plan a path forward in regard to procuring the requirement. Submissions must be accompanied by a cover letter which identifies the company name, address, Unique Entity Identifier (UEI) number, Point of Contact(s) (Name, title, email, and phone number) – and business size, i.e. small, small disadvantaged, 8(a)–certified small disadvantaged, HUBZone small, woman–owned small, veteran–owned small, service–disabled veteran–owned small – based upon NAICS Code 541512 &amp;ldquo;Computer Systems Design Services&amp;ldquo; with a size standard of $37.0 million.Please identify the Government Wide Acquisition Contract (GWAC) vehicles your firm is associated with to include the General Services Administration (GSA) Schedule (GSA Schedule vs Open Market), GSA One Acquisition Solution for Integrated Services (OASIS) National Aeronautics and Space Administration (NASA) Solutions for Enterprise–Wide Procurement (SEWP), 8a STARS III (GSA), and etc.Submissions must also state if the quoted/proposed item(s) were manufactured in America.Proprietary InformationNo proprietary information shall be included.ResponseResponses (limited to a 6–page capability statement, 1 page for the cover sheet, 5 pages for the body and conclusion) single spaced, Times New Roman, no smaller than 12 pitch font. Drawing, diagrams and/or captions to pictures are limited to no smaller than 8 pitch font. All submissions must be made electronically (as described below) and be in either Adobe PDF or Microsoft Office Word. Responders are to describe in clear and concise language their capabilities to meet the Government`s requirements as set forth in this SSN.Responses shall be submitted by e–mail to Kim Cardinali at [email? redacted] no later than 2:00 PM Eastern Daylight Time (EDT) on May 1, 2026 with the following text in the subject line: Sources Sought Safeguards IT Computer Security Support.Please confirm your firms` interest in the requirement and if your firm will submit a quote/proposal if this becomes a solicited requirement.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103184-us-fed-safeguards-it-computer-security-support-services.html</link>
<guid>http://www.rfpmart.com/1103184-us-fed-safeguards-it-computer-security-support-services.html</guid>
</item>
<item>
<title>US-FED-00000374976 - DSpace Software Upgrades, Configuration, Maintainance, Support at NPS - Deadline April 24,2026</title>
<description>THIS IS A NOTICE OF INTENT TO AWARD A BRAND NAME CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTESNaval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm fixed price contract to a &amp;ldquo;Registered Duraspace Service Provider.&amp;ldquo; Only responsible sources and no other supplies or services will satisfy agency requirements.LYRASIS (merged with DSpace )Address: 1438 West Peachtree Street NW, Suite 150, Atlanta, GA 30309CAGE Code: 5A6J8The Naval Postgraduate School`s Dudley Knox Library (DKL) requires highly specialized services to maintain its DSpace–based institutional repository, &amp;ldquo;Calhoun&amp;ldquo; (https://calhoun.nps.edu). This repository is a mission–critical system, serving as the centralized archive for NPS`s scholarly and institutional records, currently holding over 71,000 items.The required services, detailed in the Performance Work Statement (PWS), include planning and execution of major platform upgrades, configuration management, security patching, and technical support. Critically, the scope includes the ongoing maintenance, support, and adaptation of a large portfolio of existing, NPS–specific software customizations and modules that are essential to the library`s operations.</description>
<pubDate>Sun, 19 Apr 2026 00:00:00 -0700</pubDate>
<link>http://www.rfpmart.com/1103183-us-fed-dspace-software-upgrades-configuration-maintainance-support-at-nps.html</link>
<guid>http://www.rfpmart.com/1103183-us-fed-dspace-software-upgrades-configuration-maintainance-support-at-nps.html</guid>
</item>
</channel>
</rss>