Use Active Bids to Drive Business Growth Now

Brenda Crist
Beagle-like dog running on a grassy field with a blue spiky ball in its mouth. Shows activity.

In government contracting, the companies that start preparing in Q4 are rarely the ones that win in Q4—the winners are the ones who identified bids months in advance, built relationships with contracting officers, and shaped requirements before the RFP ever dropped. That window is open right now, but it won’t be for long. This blog features 40 bids across four categories: Mega (>$500M), Mighty ($10M to $499M), Mini (<$10M), and Bids to Watch: Solicitations Pending Government Action.

Five bids demand action this month:

  • Bid #1: Worldwide Aviation Support Services (WASS) has an RFI response due by May 14
  • Bid #3: Special Ammunition and Weapons Systems and Non-NATO Commercial Ammunition has an industry day on May 14
  • Bid #10: Logistics Civil Augmentation Program (LOGCAP) VI has an RFI due by May 22
  • Bid #18: In-Service Engineering Activity: Naval Enterprise Networks Contract Support has an SSN response due by May 11.
  • One of our Bids to Watch, Air Force Contract Augmentation Program VI (AFCAP VI) (Opp ID: 232369), has moved from inactive to active status. On April 20, 2026, it issued an RFI that is due by 2:00 PM CT on May 20, 2026.

Responding now signals to the government that you are a serious contender. Find additional opportunities at active industry days, conferences, and training events listed in our LinkedIn Newsletter.

Mega Bids  (>$500M Value)

  1. Worldwide Aviation Support Services (WASS)
    Agency: Dept. of State (DOS), Bureau for International Narcotics and Law Enforcement Affairs (INL), Office of Aviation (INL/A)
    NAICS Code: 488190 – Other Support Activities for Air Transportation
    GovWin Opp ID: 235734
    Solicitation Number: 19AQMM26N0198
    RFP Type: IDIQ
    Competition Type: Full and Open/Unrestricted, Small Business Set-Aside
    Value: $10B
    RFP Date: 06/2026
    Description: The government requires worldwide aviation support services across flight operations, maintenance, logistics, safety, and management for its global air wing fleet of approximately 112 rotary and fixed-wing aircraft. The anticipated multiple-award IDIQ structure is organized into four categories: 1) Site Aviation Programs (operations, routine maintenance, logistics, and training); 2) Special Missions and Aviation Maintenance (modifications, depot-level maintenance, and engine repairs); 3) Commercial Air Services (wet/dry leases for passenger and cargo movements); and 4) UAS and Counter-UAS support (restricted to vendors on an approved blue list). The scope has evolved over time, and the government is using this market research opportunity to gather industry input on modern aviation practices and the most cost-effective approaches to meeting its global requirements. Contractors should be prepared to support operations at sites worldwide, including host nation personnel training, continuous safety programs, aircraft repositioning, and small UAS fielding and maintenance.
    Status: The government issued an RFI on April 14, 2026. Responses are due by 10:00 AM ET onMay 14, 2026.
  2. Health Care Delivery System (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Agency: Dept. of Defense (DOD), Defense Health Agency (DHA)
    NAICS Code: None reported
    GovWin Opp ID: 259227
    Solicitation Number: HT003826X0000
    RFP Type: Undetermined
    Competition Type: Undetermined
    Value: $4.3B
    RFP Date: 06/2026
    Description: The government seeks follow‑on support for the MHS GENESIS Electronic Health Record within the Health Care Delivery System. The contractor must integrate, operate, secure, and maintain the system while managing licenses, subcontractors, and overall performance with a focus on efficiency and user experience. Responsibilities include training, change management, help desk support, routine fixes, and user‑driven configuration improvements. The effort also requires delivering and implementing new capabilities across the enterprise, including onboarding additional federal partners.
    Status: The government released questions and answers on April 14, 2026. On March 31, 2026, the government held an industry day and released the Defense Healthcare Management Systems Industry Day slides.
  3. Special Ammunition and Weapons Systems and Non-NATO Commercial Ammunition
    Agency: Dept. of the Army, Asst. Secretary of the Army (Acquisition, Logistics and Technology) (ASA (ALT)), Joint Program Executive Office for Armaments & Ammunition (JPEO A&A)
    NAICS Code: 332993 – Ammunition (except Small Arms) Manufacturing
    GovWin Opp ID: 253600
    Solicitation Number: W519TC26R0001
    RFP Type: IDIQ
    Competition Type: Undetermined
    Value: $750M
    RFP Date: 06/2026
    Description: The government requires support for Special Ammunition and Weapon Systems (SAWS), including general, mortar, small caliber, and rocket/grenade ammunition, as well as weapon systems and EOD inert training items, all of which must meet applicable general specifications and be new production or new surplus within specified age limits. All items require Government Source Inspection (GSI) by the Defense Contract Management Agency (DCMA), documentation through an Item Information and Certification Statement, and final acceptance processed via Wide Area Workflow, with inspection and acceptance terms based on whether delivery is F.O.B. Destination or F.O.B. Origin. Safety requirements are extensive, including submission of a Safety Management Program Plan with an Explosive Safety Site Plan within 30 days of award, and contractors must comply with Department of Transportation (DOT) hazardous materials classification requirements and obtain EX-Numbers before shipping any energetic materials. Administrative requirements include weekly status and delivery reports, a post-award conference within 60 days of award, semi-annual program reviews alternating between Picatinny, New Jersey, and contractor facilities, biweekly IPT meetings for all active delivery orders, and completion of Anti-Terrorism Level I and OPSEC awareness training by all contractor and subcontractor employees within 30 days of contract start.
    Status: On April 27, 2027, the government released multiple draft RFP documents, including a draft solicitation, specifications, a self-scoring matrix, and questions and answers. The government intends to hold an industry day on May 14 at 5:00 PM ET. Previously, the government released industry day slides on March 27, 2026, and 14 pre-RFP documents, including a draft PWS, on March 17, 2026. Comments on the draft RFP were due by April 8, 2026.
  4. Multifunctional Devices IDIQ Contracts for CONUS and Non-Foreign OCONUS DLA Customers
    Agency: Dept. of Defense (DOD), Defense Logistics Agency (DLA)
    NAICS Code: 532420 – Office Machinery and Equipment Rental and Leasing
    GovWin Opp ID: 238775
    Solicitation Number: SP700026RFI1003
    RFP Type: IDIQ
    Competition Type: Full and Open/Unrestricted
    Value: $448M
    RFP Date: 07/2026
    Description: DLA requires ongoing Multiple Award IDIQ contracts to lease multi-functional devices (MFDs) for customers across CONUS and non-foreign OCONUS locations. As the DOD’s combat logistics support agency, DLA manages the global supply chain and provides comprehensive logistics, technical services, and materiel support to all military branches, federal agencies, and allied partners. The requirement includes leasing A3, A4, and production-level MFDs with installation, removal, full-service maintenance, consumables (excluding paper), training, reporting, relocations, and secure network functionality for up to 60 months. Contractors must maintain each device at a 95% availability rate through preventive maintenance, repairs, service calls, troubleshooting, connectivity support, and all necessary labor and travel.
    Status: On February 20, 2026, the government issued a draft PWS and questions and answers.
  5. Health Services Development, Security, and Operations Support (DEVSECOPS)
    Agency: Dept. of Veterans Affairs (VA), Office of Information & Technology, Enterprise Program Management Office (EPMO)
    NAICS Code: 541512 – Computer Systems Design Services
    GovWin Opp ID: 258976
    Solicitation Number: 36C10B26Q0163
    RFP Type: Task Order on Transformation Twenty One Total Technology Program Next Generation (T4NG)
    Competition Type: Undetermined
    Value: $698M
    RFP Date: 07/2026
    Description: The government requires support to sustain and advance the software systems that underpin VA healthcare delivery for Veterans and their providers. The EPMO oversees a Health Services Portfolio comprising 11 product lines organized across three sub-portfolios: Health Next Generation; Legacy and Electronic Health Record Modernization; and Major Initiatives. Contractors will be responsible for delivering shippable software products, maintaining operational continuity, and ensuring security compliance across this broad portfolio of health IT systems. The work will span the full software development lifecycle, encompassing development, testing, integration, architecture support, and both planned and unplanned operations and maintenance through a Continuous Integration framework. The overarching objective is to ensure Veterans and their healthcare providers have reliable, high-quality IT tools that directly support the VA’s mission to provide accessible and effective care.
    Status: The government released an SSN on January 28, 2026, and an amendment on February 5, 2026. Responses were due by February 12, 2026.
  6. Diplomatic Platform Support Services II (DiPSS II)
    Agency: Dept. of State (DOS), Global Acquisitions (GA) Office
    NAICS Code: 541614 – Process, Physical Distribution and Logistics Consulting Services
    GovWin Opp ID: 263330
    Solicitation Number: 19AQMM26R0179
    RFP Type: IDIQ
    Competition Type: Undetermined
    Value: $8.5B
    RFP Date: 08/2026
    Description: The government requires a broad range of support services sustaining U.S. diplomatic operations worldwide. These services are organized across seven areas: Program Management; Construction; Life Support; Logistics and Supplies; Medical and Emergency; Operations and Maintenance; and Security Support. The DiPSS II IDIQ covers virtually every aspect of running overseas facilities. Work performed under this contract will primarily serve DOS and partner agencies operating under the Chief of Mission Authority, though select non-Chief of Mission engagements may also apply. Ultimately, the contract aims to keep U.S. diplomatic platforms safe, functional, and fully resourced in even the most remote or high-risk environments.
    Status: On March 26, 2026, the government released two documents: Attachment 1: Draft Capability Areas, and Attachment 2: Draft DiPSS II NAICs Codes. Responses were due by April 16, 2026.
  7. STRATEGIC WORKFORCE FOR INTELLIGENCE FINANCE TECHNICAL ADMINISTRATION (SWIFT)
    Agency: Dept. of Justice (DOJ), Federal Bureau of Investigation (FBI)
    NAICS Code: 541611 – Administrative Management and General Management Consulting Services
    GovWin Opp ID: 254087
    Solicitation Number: 15F06726RFI0001
    RFP Type: Task Order, GSA Consolidated Multiple Award Schedule
    Competition Type: Full and Open / Unrestricted
    Value: $500M
    RFP Date: 08/2026
    Description: The government is seeking multiple vendors to deliver a broad range of administrative and professional support services under its newly rebranded SWIFT contract, formerly known as Administrative and Professional Support Services (APSS). The BPA is designed to give the FBI flexible, on-demand access to contractor support across intelligence, financial, technical, and administrative functions. These services will underpin both day-to-day operations and longer-term management initiatives across the bureau. Ultimately, SWIFT aims to ensure the FBI has the skilled workforce support needed to sustain and advance its broader law enforcement and national security mission.
    Status: The government released an updated copy of the PWS on March 26, 2026, using GSA MAS.
  8. Battlespace Modeling and Simulation Engineering Services (BMS)
    Agency: Dept.  (DON), Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Aircraft Division (NAWCAD)
    NAICS Code: 541715 – Research and Development in the Physical, Engineering, and Life Sciences
    GovWin Opp ID: 253584
    Solicitation Number: N0042125RFPREQ54000MA0059
    RFP Type: IDIQ
    Competition Type: Undetermined
    Value: $500M
    RFP Date: 09/2026
    Description: The government requires BMS Engineering Services at Naval Air Station Patuxent River in Maryland, focused on developing and integrating a new electronic warfare pod model into existing simulation environments. The pod, designed to be carried by the F/A-18E/F, EA-18G, P-8, and MQ-4 platforms, will provide both passive sensing and active jamming capabilities across the Ku and Ka signal bands. Initial model development will take place at the contractor’s facility at the SECRET classification level, with subsequent integration activities conducted at NAWCAD’s Battlespace Simulation Division. The resulting model must support standalone and distributed operations, function across the Navy’s full modeling and simulation portfolio for research, development, testing, and evaluation, and accommodate future integration into Fleet training devices. Contractors will need Special Compartmented Information (SCI) clearances and Special Access Program (SAP) access. They should anticipate developing an exportable version of the pod model cleared for delivery to allied foreign militaries.
    Status: The government released a draft PWS on March 5, 2026, and released answers to 19 industry questions on April 14, 2026.
  9. BIOMEDICAL INFORMATION TECHNOLOGY SOFTWARE DEVELOPMENT AND INFORMATICS SUPPORT 2 (BITSDIS)
    Agency: Dept. of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI)
    NAICS Code: 541690 – Other Scientific and Technical Consulting Services
    GovWin Opp ID: 232457
    Solicitation Number: DOIDFBO260040
    RFP Type: IDIQ
    Competition Type: Full and Open/Unrestricted
    Value: $1B
    RFP Date: 11/2026
    Description: This IDIQ contract focuses on advancing cancer research by building and maintaining the data infrastructure, software systems, and informatics platforms that connect researchers, clinicians, and patients across the cancer community. Key initiatives supported under this vehicle include the Cancer Research Data Commons, precision medicine trial platforms, cancer immunotherapy data systems, and the Clinical Trials Reporting Program, among others. Contractors will be expected to deliver services spanning up to fifteen task areas, ranging from software development and data science to AI integration, semantic standards, and clinical trial reporting support.
    Status: On April 8, 2026, the government released three documents: the RFI statement of work (SOW), the matrix of projects (for the offeror to complete), and the SSN/RFI instructions. Responses were due by May 5, 2026.
  10. Logistics Civil Augmentation Program (LOGCAP) VI
    Agency: Dept. of the Army, Army Materiel Command (AMC), Army Sustainment Command (ASC)
    NAICS Code: 561210 – Facilities Support Services
    GovWin Opp ID: 254094
    RFP Type: Multiple Award Task Order Contracts (with various task order types)
    Competition Type: Small Business Set-Aside, Full and Open/Unrestricted
    Value: $82B
    RFP Date: 01/2027
    Description: The government is seeking continued support for LOGCAP, a rapid-response capability designed to deliver scalable sustainment services for military operations worldwide. LOGCAP provides critical life support and logistics services, including food service, billeting, facilities management, waste disposal, power and water production, transportation, and postal and fire protection services. Services may be required individually or in combination across multiple global sites, with scope and complexity subject to rapid changes due to evolving operational demands.
    Status: RFI Responses are due by 12:00 PM CT on May 22, 2026. On April 8, 2026, the government released the Small Business Suite RFI.  The suite serves as a follow-on initiative designed to transition into a subset of requirements currently performed under the Enhanced Army Global Logistics Enterprise (EAGLE) contract. This is separate and distinct from the market research for the global contingency and other work described in the LOGCAP VI PWS posted to SAM.gov.  Before that, the government hosted an Industry Engagement session from March 2-4, 2026, and released industry day slides in advance of the event, including an updated procurement timeline.
  11. OASIS+
    Agency: General Services Administration (GSA), Federal Acquisition Services’ Office of Professional Services and Human Capital Categories
    NAICS Code: 541990 – All Other Professional, Scientific and Technical Services; 238160 – Roofing Contractors; 238220 – Plumbing; and more – see website for complete list
    GovWin Opp ID: 201043
    Solicitation Number: 47QRCA25N0001
    RFP Type: IDIQ MAC
    Competition Type: Full and Open/Unrestricted, 8(a), Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, and Woman Owned Small Business Set-Aside
    Value: $172.4B
    RFP Date: This is an evergreen RFP; apply at any time
    Description: The OASIS+ procurement is planned to replace the existing One Acquisition Solution for Integrated Services (OASIS) contract vehicle to provide a broader, more flexible solution for complex services. It will consolidate functional areas from other GSA contracts, including Building Maintenance and Operation (BMO) and Human Capital Training Solution (HCaTS), to better meet evolving federal procurement requirements.
    Status: GSA plans to leave OASIS+ continuously open to support rolling admissions (on-ramping) and enable current awardees to compete for additional domains as they become eligible. GSA released OASIS+ via Amendment 8 on January 12, 2026. It is continuously open to proposals from offerors, and winners must meet the points threshold established by GSA to win a contract. Lohfeld Consulting has created a free OASIS+ Compliance Tracker Tool to help you prepare your proposal, which includes a central scorecard to track self-scoring points, a tracker to demonstrate evidence, and compliance matrices.

Mighty Bids ($10M–$499M Value)

  1. Network Engineering, Design, Implementation, and Infrastructure Support (NEDIIS)
    Agency: Dept. of Veterans Affairs (VA), Office of Information and Technology, Office of IT Operations and Services 
    NAICS Code: 541512 – Computer System Design Services
    GovWin Opp ID: 235677
    RFP Type: Task/Delivery Order
    Competition Type: Service-Disabled Veteran Owned Small Business
    Value: $206M
    RFP Date: 05/2026
    Description: The contractor will deliver end-to-end technical support to design, implement, operate, and secure network transportation services across core, distribution, and access layers for all Core Network Services (CNS)-managed locations. Services include project and configuration management, network operations and maintenance, telecommunications, software and database support, cybersecurity, and next-generation network planning. The effort also covers system implementation, performance metrics, asset visibility, and ongoing technology refreshing to ensure reliable, secure, and scalable VA network infrastructure.
    Status: On April 16, 2026, the government issued a modification to indicate it will release NEDIIS in May using GSA Alliant 3. On March 4, 2026, the government issued a modification to indicate they are releasing the bid under Fair Opportunity on GSA MAS SIN 54151S, Information Technology Professional Services. Before that, the government released an SSN on November 20, 2025, and responses were due on December 1, 2025.
  2. Earth Science Data and Information System Next (ESDIS ENX)
    Agency: National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC)
    NAICS Code: 541512 – Computer Systems Design Services
    GovWin Opp ID: 217810
    Solicitation Number: RFINASAGSFCENX
    RFP Type: IDIQ
    Competition Type: Undetermined
    Value: $479M
    RFP Date: 06/2026
    Description: This is the follow-on effort to the current Earth Observing System Data and Information System (EOSDIS) Evolution and Development (EED-3) contract supporting the ESDIS Project. ESDIS is responsible for the ingest, processing, archiving, and distribution of data from numerous Earth-observing satellites and instruments, providing tools and services that enable millions of users worldwide to search, analyze, and visualize Earth science data. ENX will advance the transition to a predominantly commercial, cloud-based enterprise, completing the decommissioning of legacy systems, improving enterprise-level tools and services, and enhancing scalability, cost efficiency, and mission responsiveness. The contractor will coordinate closely with ESDIS, DAACs, science teams, and other stakeholders to modernize infrastructure, sustain operations, improve performance and security, reduce duplication and costs, and implement new capabilities using commercial cloud technologies. All development under ENX will follow open-source best practices and NASA policy, using scaled agile methodologies to continuously enhance system reliability, functionality, cybersecurity posture, and support for the open-source science initiative.
    Status: On April 20, 2026, the government announced plans to release a draft RFP in the third quarter of 2026.
  3. Financial Transactions Helpdesk and Associated Programmatic Support (FTAPS)
    Agency: Department of Defense (DOD), Washington Headquarters Service (WHS)
    NAICS Code: 541512 – Computer Systems Design Services
    GovWin Opp ID: 234643
    Solicitation Number: RFQ1739000
    RFP Type: Task Order, GSA MAS
    Competition Type: Small Business Set-Aside
    Value: $249M
    RFP Date: 06/2026
    Description: The government requires support to modernize financial management capabilities across more than 30 defense agencies worldwide. The Defense Agencies Initiative (DAI) is a web-based, near-real-time financial system built on Oracle software, including Enterprise Resource Planning (ERP) and Hyperion Planning modules, designed to standardize budget, finance, and accounting operations in compliance with federal financial management requirements. The system addresses longstanding financial reporting weaknesses and supports financial statement auditability across the department, providing each agency with its own distinct legal entity and set of books within a unified enterprise architecture. This acquisition specifically seeks enterprise-wide Tier 1 helpdesk support and associated programmatic services to sustain and advance DAI operations in support of the warfighter mission.
    Status: During the April 2026 AAS Defense Target Tuesday, the government indicated it will issue an RFI 2 weeks after the event via GSA eBuy.
  4. Total Engineering and Integration Services (TIES) IV On-Ramp
    Agency: Dept. of the Army, Army Materiel Command (AMC), Communications Electronics Command (CECOM), U.S. Army Information Systems Engineering Command (USAISEC)
    NAICS Code: 541512 – Computer Systems Design Services
    GovWin Opp ID: 263449
    Solicitation Number: W91RUS26RA006
    RFP Type: Other
    Competition Type: Undetermined
    Value: $400M
    RFP Date: 07/2026
    Description: The government requires information systems engineering and IT support services for military and federal agency operations worldwide. USAISEC’s mission centers on cyber systems engineering, integration, implementation, and cybersecurity support for joint warfighters, which includes planning, design, development, logistics, and risk management across communication and information systems. Work will be executed through individual task orders and may be performed at any CONUS or OCONUS location, including active theaters of conflict. Contractors must be capable of supporting the full spectrum of requirements, including systems integration, cybersecurity and Risk Management Framework (RMF) assessments, test and evaluation, technical instruction, rapid prototyping, and the provision of all necessary personnel, equipment, and facilities.
    Status: The government issued an RFI on March 26, 2026. Questions were due by April 8, 2026, and responses were due by April 30, 2026.
  5. Nuclear Surety Cross Check Analysis (NSCCA)
    Agency: Dept. of the Air Force, Air Force Materiel Command (AFMC), Air Force Nuclear Weapons Center (AFNWC), Intercontinental Ballistic Missile Systems Directorate
    NAICS Code: 541330 – Engineering Services
    GovWin Opp ID: 263142
    Solicitation Number: FA821926NSCCA
    RFP Type: Undetermined
    Competition Type: Undetermined
    Value: $360M
    RFP Date: 09/2026
    Description: The government requires contractors to perform Nuclear Surety Cross Check Analysis (NSCCA), Nuclear Safety Analysis and Technical Evaluation (NSATE), and Independent Verification and Validation (IV&V) for the Sentinel weapon system’s nuclear critical software. NSCCA and IV&V evaluations are conducted through code review, simulation testing, and deep analysis across the software development lifecycle, with NSCCA taking precedence given its direct impact on nuclear-critical functions such as authorization, pre-arming, launching, releasing, arming, and targeting. A key requirement is that the contractor must be technically, managerially, and financially independent from the ICBM program’s software developers, with the Air Force Safety Center’s Weapons Safety Division making the final determination on independence. Contractors will also be responsible for sustaining and modifying government-furnished tools that support NSCCA, NSATE, and IV&V activities, with the goal of accelerating analysis and reducing reliance on government test labs.
    Status: The government issued an RFI on March 11, 2026. The purpose of the RFI was to gather market research information to understand the government’s options regarding relevant services. Responses were due by April 8, 2026.
  6. Transformation Support Services (TSS) 3.0
    Agency: Dept. of Veterans Affairs (VA), Office of Information & Technology (OIT)
    NAICS Code: 541511 – Custom Computer Programming Services
    GovWin Opp ID: 263416
    Solicitation Number: None
    RFP Type: Task Order
    RFP Competition: Full and Open/Unrestricted
    Value: $316M
    RFP Date: 09/2026
    Description: The government requires contractors to provide enterprise-wide TSS spanning the full breadth of its IT modernization and security needs. The scope covers cybersecurity operations, support for Office of Inspector General IT audits, remediation of identified material weaknesses, and Authority to Operate (ATO) and Information System Security Officer (ISSO) functions. Contractors will also support the VA’s high-priority Electronic Health Record Modernization (EHRM) initiative and workforce development efforts through people readiness, career development, and workforce management services. Rounding out the requirement is full lifecycle technical support for both software and hardware systems across the VA enterprise.
    Status: According to the VA OIT Industry Day on March 27, 2026, the government is expected to release an RFI in Q3 2026.
  7. Distributed Common Ground System (DCGS) Enterprise Field Support (DEFS)
    Agency: Dept. of the Air Force,Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), C3BM Directorate, C2ISR Division
    NAICS Code: 541513 – Computer Facilities Management Services
    GovWin Opp ID: 235538
    Solicitation Number: SSAFLCMCDEFS27
    RFP Type: Task Order, OASIS+
    Competition Type: Undetermined
    Value: $488M
    RFP Date: 09/2026
    Description: The government requires comprehensive enterprise field support for the Air Force Distributed Common Ground System (AF DCGS), the Air Force’s primary weapon system for global Intelligence, Surveillance, and Reconnaissance (ISR) operations. This effort consolidates two existing contracts—DCGS GEOINT Field Support and DCGS SIGINT Field Support—into a single enterprise contract known as DEFS, covering approximately 20 geographically dispersed locations worldwide. Contractors must maintain a 99.5% operational availability rate around the clock, delivering on-site field engineers, system and network administration, cybersecurity compliance, hardware maintenance, and centralized program management across all sites processing data up to the Top Secret/SCI level. The requirement presents significant barriers to entry, including the need for a workforce of several hundred personnel holding active TS/SCI clearances, an established global operational footprint, and demonstrated experience with the proprietary hardware and software components unique to the AF DCGS weapon system. Perhaps most critically, the winning contractor must execute a full transition and assume all responsibilities within 60 days of contract award without any degradation of service or lapse in the 99.5% availability standard from Day One.
    Status: On April 10, 2026, the government issued an RFI and draft PWS to OASIS+ SB and Unrestricted contract holders. Responses were due by April 27, 2026.
  8. In-Service Engineering Activity: Naval Enterprise Networks Contract Support
    Agency: Dept. of the Navy (DON),Naval Information Warfare Systems Command (NAVWAR), Naval Information Warfare Center (NIWC) Pacific, NAVWAR Systems Center San Diego
    NAICS Code: 541330 – Engineering Services
    GovWin Opp ID: 247193
    Solicitation Number: N6600127R3601
    RFP Type: SEAPORT NXG Task Order
    RFP Competition: Undetermined
    Value: $250M
    RFP Date: 10/2026
    Description: The government requires In-Service Engineering Agent (ISEA) support for the Navy’s shore network infrastructure worldwide. The effort supports the Shore Networks Branch, which is responsible for the full lifecycle of shore networks, components, and network service solutions for Navy and joint DOD units globally. Contractors will deliver four core capability-based ISEA services (Technical Sustainment Support, Sustainment Engineering Support, Logistics Support, and Modernization Support) across ten defined service areas ranging from project management and configuration management to certification and accreditation and Tier IV OCONUS support. The overarching goal is to ensure the continued reliability, security, and modernization of Naval Enterprise Networks serving shore installations worldwide.
    Status: The government released an SSN on April 10, 2026, and questions were due by April 22, 2026. Responses are due by 3:00 PM PT on May 11, 2026
  9. Next Generation Falconer Air Operations Center (AOC) Weapon System
    Agency: Dept. of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), C3BM Directorate, Kessel Run Division
    NAICS Code: 541512 – Computer Systems Design Services
    GovWin Opp ID: 244048
    Solicitation Number: FA8730FALCONERNG
    RFP Type: Undetermined
    Competition Type: Undetermined
    Value: $319M
    RFP Date: 11/2026
    Description: The government requires sustainment, integration, help desk, and technical refresh services for the AN/USQ-163 Falconer AOC Weapon System, the Air Force’s senior command and control element for managing air and space operations in joint and coalition environments. The Falconer AOC operates across 18 configurations worldwide at the Increment 10.1 baseline standard, enabling commanders to plan and execute air and space operations across the full spectrum of conflict. Building on the current sustainment contract held by SAIC, the Air Force is looking to modernize the system by incorporating emerging technologies, such as artificial intelligence, machine learning, advanced data fusion, cloud-native architectures, and enhanced cybersecurity measures. The government also aims to address key risks, including the growing cyber threat landscape and the inherent challenges of integrating legacy systems with contemporary technology solutions.
    Status: The government provided answers to questions on March 11, 2026. The response to the RFI was due on March 20, 2026.
  10. Enterprise Gateway and Integration Services (EGIS) III
    Agency: Dept. of Homeland Security (DHS), Bureau of U.S. Citizenship and Immigration Services (USCIS), Office of Information Technology (OIT)
    NAICS Code: 541512 – Computer Systems Design Services
    GovWin Opp ID: 259214
    Solicitation Number: 70SBUR26I00000011
    RFP Type: Task Order, GSA MAS
    Competition Type: Small Business Set-Aside
    Value: $73.9M
    RFP Date: 01/2027
    Description: The core technical objective is to modernize 12 legacy service-oriented architecture services built on the TIBCO platform by migrating them to a containerized, microservices-based architecture on OpenShift Container Platform deployed in Amazon Web Services, while simultaneously maintaining the existing Enterprise Service Bus (ESB) during the transition. Contractors will support a broad range of activities, including eProcessing integration services, case routing, business and security architecture support, and migration from legacy DHS data centers to the next-generation data center environment. EGIS III represents a strategic evolution beyond infrastructure integration, expanding to support national security vetting, immigration benefit screening, fraud detection, AI-enabled anomaly detection, and advanced adjudication decision support. The government is looking for contractors who can deliver mission value frequently and cost-effectively within a collaborative, team-based DevSecOps model alongside federal employees and other contractors.
    Status: The government released an RFI on March 13, 2026, and responses were due on March 30, 2026.

Mini Bids (<$10M Value)

  1. Integration Kit Technical Data Package Production and Platform Integration Services
    Agency: Dept. of the Army, Asst. Secretary of the Army (Acquisition, Logistics and Technology) (ASA (ALT)), PEO Command, Control and Communications Tactical (PEO C3T)
    NAICS Code: 541330 – Engineering Services
    GovWin Opp ID No: 262084
    Solicitation Number: W15P7T26R0007
    RFP Type: Undetermined
    Competition Type: 8(a) Set-Aside
    Solicitation Date: 05/2026
    Value: $9.3M
    Description: The government has a requirement for Integration Kit Technical Data Package, Production, and Platform Integration Services in Support of 2-Channel Leader and Manpack Radios.
    Status: The contracting office released a modification in February 2026 to replace the RFI document for this Integration Kit Technical Data Package Production and Platform Integration requirement, with responses due March 17, 2026
  2. Social Media/Web 2 Support Services
    Agency: Dept. of the Navy (DON), Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN)
    NAICS Code: 541511 – Custom Computer Programming Services
    GovWin Opp ID No: 261715
    Solicitation Number: N4658126PR00226
    RFP Type: Task Order
    Competition Type: Undetermined
    Solicitation Date: 05/2026
    Value: $1.7M
    Description: The government requires support for the Commander Naval Surface Force Atlantic’s (COMNAVSURFLANT) Public Affairs Office with social media and Web 2.0 advisory and execution services. The contractor will advise on digital media strategy, develop public affairs web improvement recommendations, produce photography and videography content, and coordinate with partner military and government organizations to maintain a continuous flow of information to global audiences. The role also includes generating performance reports that measure the effectiveness of the command’s web-based public affairs communications.
    Status: The government released an SSN on February 5, 2026, and responses were due on February 11, 2026.
  3. G6 IT AV Support Services
    Agency: Dept. of the Army,Army Training and Doctrine Command (TRADOC), Maneuver Support Center of Excellence (MSCoE)
    NAICS Code: 541513 – Computer Facilities Management Services
    GovWin Opp ID No: 244195
    Solicitation Number: PANMCC25P0000021043
    RFP Type: Task Order
    Competition Type: Undetermined
    Solicitation Date: 05/2026
    Value: $7.4M
    Description: The government requires support to administer, maintain, operate, and repair government IT and audiovisual systems and their associated network infrastructure. Contractors will be responsible for ensuring continuity of service, system integrity, interoperability, and compliance with applicable standards, while providing upgrades as needed. The work encompasses day-to-day operational support for multiple concurrent users and leverages technology to improve operational efficiency.
    Status: The government released an SSN on March 30, 2026, and responses were due on April 13, 2026.
  4. Mission Planning and Technical Support Services
    Agency: Dept. of the Air Force, Air Mobility Command (AMC), 18th Air Force, 89th Airlift Wing, 89th Operations Group
    NAICS Code: 541990 – All Other Professional, Scientific and Technical Services
    GovWin Opp ID No: 255195
    Solicitation Number: FA286026F0007
    RFP Type: Undetermined
    Competition Type: Full and Open/Unrestricted
    Solicitation Date: 06/2026
    Value: $7.9M
    Description: The government requires approximately three mission planning specialists to support its Special Airlift Missions fleet. Contractors will handle operational flight planning, diplomatic clearance coordination, aircraft and crew logistics, and electronic navigational data management. The role also includes information technology administration in support of the 89th Operations Group’s day-to-day mission requirements.
    Status: The government released theRFI and PWS on April 13, 2026. Questions were due April 21, 2026, and responses were due April 28, 2026.
  5. Acquisition and Technical Programmatic Support for Federal Transit Administration
    Agency: Dept. of Transportation (DOT), Federal Transit Administration (FTA)
    NAICS Code: 541611 – Administrative Management and General Management Consulting Services
    GovWin Opp ID No: 263399
    Solicitation Number: ATPS2026
    RFP Type: Other
    Competition Type: Undetermined
    Solicitation Date: 06/2026
    Value: $4M
    Description: The government requires assistance with the full spectrum of federal procurement activities across its two acquisition divisions. The requirement centers on three key labor categories: a Senior Contract Specialist, a Mid-Level Contract Specialist, and an Acquisition Liaison—each providing progressively different levels of expertise in planning, soliciting, awarding, and administering contracts. Work spans a wide range of acquisition types, including simplified acquisitions, IDIQs, BPAs, task orders, and various contract types such as firm-fixed price, cost-reimbursable, and labor hour, using FAR Parts 5, 12–15, 37, 43, and Subpart 8.4. Contractors must bring hands-on federal acquisition experience, proficiency with e-Government acquisition tools, and the ability to support cradle-to-grave contract management with varying levels of oversight.
    Status: The government released an SSN on March 27, 2026, with a due date of April 16, 2026.
  6. Human Research Protection Program Operation and Maintenance Support Services
    Agency: Dept. of the Navy, Office of Naval Research, Human Research Protection Program
    NAICS Code: 541330 – Engineering Services
    GovWin Opp ID No: 229230
    Solicitation Number: N0001426RFI7003
    RFP Type: Task/Delivery Order, SEAPORT NXG
    Competition Type: Undetermined
    Solicitation Date: 07/2026
    Value: $7.5M
    Description: The government requires support to operate, maintain, and enhance a critical platform supporting the Navy’s Human Research Protection Program. The system has been modernized from a legacy SharePoint environment to a Microsoft Power Platform solution hosted within the Navy’s M365 Flank Speed cloud tenant. The solution must remain compliant with Navy and Marine Corps Intranet standards. Contractors will manage the full software development lifecycle using Agile Scrum methodology, encompassing program management, system architecture, configuration management, testing, help desk operations, and user training.
    Status: The government released an SSNon April 6, 2026, and responses were due April 15, 2026. On April 22, 2026, the government released Section L Instructions, Conditions, and Notices to Offerors.
  7. Engineering Technical Support Services
    Agency: Dept. of theNavy, Office of Naval Research, U.S. Naval Research Laboratory (NRL)
    NAICS Code: 541330 – Engineering Services
    GovWin Opp ID No: 262643
    Solicitation Number: N0017326RFIEN02
    RFP Type: Other
    Competition Type: Undetermined
    Solicitation Date: 08/2026
    Value: $6.9M
    Description: The government requires engineering and technical services for research and development equipment at its Pomonkey facility in Maryland and an associated OCONUS location. The scope covers the full lifecycle of specialized R&D equipment, including hardware design, system development and upgrades, implementation, maintenance, and the preparation of technical documentation. The goal is to ensure the continued operational readiness and advancement of specialized research equipment across both domestic and overseas sites.
    Status: The government released an SSN on March 5, 2026, and responses were due by March 20, 2026.
  8. Declassification and FOIA Support Services
    Agency: Dept. of the Navy (DON), Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN)
    NAICS Code: 541330 – Engineering Services
    GovWin Opp ID No: 263494
    Solicitation Number: H91269627909
    RFP Type: Task Order, SEAPORT NXG
    Competition Type: Undetermined
    Solicitation Date: 09/2026
    Value: $8.1M
    Description: The government requires technical and administrative services for the Joint Staff Declassification Branch, covering declassification review, action processing, and records tracking. The government issued a draft PWS outlining the scope of requirements.
    Status: The government issued an SSN on April 1, 2026, and responses were due by April 16, 2026.
  9. HUD Technology Transformation Next Generation (H2TNG)
    Agency: Dept. ofHousing and Urban Development (HUD)
    NAICS Code: 541511 – Custom Computer Programming Services
    GovWin Opp ID No: 263580
    Solicitation Number: NFNC20260310
    RFP Type: IDIQ
    Competition Type: Full and Open/Unrestricted
    Solicitation Date: 09/2026
    Value: $3.5M
    Description: HUD is establishing the H2TNG IDIQ to acquire technology services across HUD headquarters, regional offices, field offices, and data centers. The contract anticipates multiple prime contractors supported by formal teaming partners, potentially spanning small businesses, large businesses, academic institutions, and nonprofits, to address HUD’s broad and complex IT requirements. Task orders issued under the vehicle will cover the full IT lifecycle across all OCIO functional areas, including cloud and data solutions, cybersecurity, enterprise architecture, systems engineering, IT operations, and end-user support. The vehicle is designed to serve as HUD’s primary mechanism for acquiring integrated, enterprise-wide technology capabilities.
    Status: The government issued an SSN on April 8, 2026, and responses were due by April 30, 2026.
  10. USACE Mobile District QA Builder SMS Program
    Agency: Dept. of the Army,U.S. Army Corps of Engineers (USACE) Mobile District
    NAICS Code: 541990 – All Other Professional, Scientific and Technical Services
    GovWin Opp ID No: 237601
    Solicitation Number: W9127826RA068
    RFP Type: IDIQ
    Competition Type: Undetermined
    Solicitation Date: 01/2027
    Value: $9M
    Description: The government is establishing an IDIQ to provide quality assurance oversight for its BUILDER Sustainment Management System program across CONUS and OCONUS locations. Contractors will review and validate Facility Condition Assessments conducted by separate architect-engineer firms, ensuring compliance with the Army BUILDER SMS Inventory and Assessment Guide published in July 2025. Work includes QA planning, independent field data collection, discrepancy reporting, and coordination of site access (including obtaining clearances for secured DOD facilities as needed). All specific project requirements will be defined through individual task orders.
    Status: The government extended the deadline for responses to its SSN until April 29, 2026.

Bids Under Delays or Scheduled to Come Out Later this Year

We will keep you updated on the following bids as their schedules become clearer through communications with contracting offices. Contact us if you need help with these bids.

  • Program Management Office (PMO) Technical Assistance Contract (PTAC): Dept. of Transportation (DOT), Federal Aviation Administration (FAA); GovWin Opp ID: 229595; Value: $1.3B.
  • Implementation of Advanced Government Simulation Capabilities (IAGSC): Dept. of the Air Force, Air Force Materiel Command (AFMC), Air Force Sustainment Center (AFSC); GovWin Opp ID: 251936; Value: $750M.
  • Armored Multi-Purpose Vehicle (AMPV) Family of Vehicles (FoVs) for System Technical Support (STS): Dept. of the Army, Assistant Secretary of the Army for Acquisition, Logistics and Technology (ASA (ALT)), Program Executive Office Ground Combat Systems (PEO GCS), Program Management Office for Armored Multi-Purpose Vehicle (PMO AMPV); GovWin Opp ID: 244898; Value: $600M.
  • DTIC Information Analysis Centers Multiple Award Contract (IAC MAC): Dept. of Defense (DOD), Defense Technical Information Center (DTIC); GovWin Opp ID: 224035; Value: $48B.
  • Hydra-70 Rocket System Production and Engineering Services: Dept. of the Army, Program Executive Office (PEO) Missiles and Space, PM Tactical Aviation and Ground Munitions (TAGM); GovWin Opp ID: 255675; Value: $3.4B.
  • Operation and Maintenance of the NASA Federally Funded Research and Development Center (FFRDC) at Jet Propulsion Laboratory: National Aeronautics and Space Administration (NASA), Jet Propulsion Laboratory (JPL); GovWin Opp ID: 256179; Value: $30B.
  • Sentinel Launch Facilities Design and Construction: Dept. of the Air Force, Air Force Materiel Command (AFMC), Air Force Nuclear Weapons Center (AFNWC); GovWin Opp ID: 252044; Value: $30B.
  • B2 Low Observable Signature Supportability Modifications (LOSSM): Dept. of the Air Force,Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Bombers Directorate, B-2 System Program Office; GovWin Opp ID: 260587; Value:$19.8B.

Conclusion

For more than 20 years, Lohfeld has helped government contractors create winning proposals for bids like these Mega, Mighty, and Mini bids listed above. We specialize in helping companies of all sizes qualify opportunities, craft winning strategies, and produce winning proposals. Contact us today to get started.

Continued Reading

  • Seize the Edge: Agency Forecasts That Win GovCon Bids: The best capture managers find opportunities long before they appear on SAM.gov. This blog shows you exactly how to mine agency forecasts to build a pipeline advantage over competitors who are still waiting for the RFP to drop.
  • How to Capture a Bid with Discipline and Authority: Identifying a bid is only the first step—winning it requires a structured capture plan, deliberate resource investment, and disciplined pursuit management long before the RFP is released. This blog walks you through exactly how to lead a pursuit with the authority that government evaluators and your own leadership expect to see.
  • Why Proposal Reviews Fail and How to Fix Them: Lohfeld surveyed GovCon practitioners in both 2024 and 2026 and found that the top reasons proposal reviews fail have shifted dramatically.

By Brenda Crist, Vice President at Lohfeld Consulting Group, MPA, CPP APMP Fellow

Lohfeld Consulting Group has proven results specializing in helping companies create winning captures and proposals. As the premier capture and proposal services consulting firm focused exclusively on government markets, we provide expert assistance to government contractors in Capture Planning and Strategy, Proposal Management and Writing, Capture and Proposal Process and Infrastructure, and Training. In the last 3 years, we’ve supported over 550 proposals winning more than $170B for our clients—including the Top 10 government contractors. Lohfeld Consulting Group is your “go-to” capture and proposal source! Start winning by contacting us at www.lohfeldconsulting.com and join us on LinkedInFacebook, and YouTube(TM).