Use Mega Bids to Drive Business Growth in October 2025

Each month, Lohfeld Consulting publishes a Mega Bids blog featuring bids exceeding $500M, and its companion blogs, Mighty Bids, which focuses on bids ranging from $10M-$499M, and Mystic Bids, which highlights bids forecast for the next two years. The Mega and Mighty Bids blogs only feature bids that have demonstrated government activity, such as the release of a request for information (RFI), a sources sought notice (SSN), an industry day notice, or other pre-RFP documents. Every month, we remove bids that are inactive, imminent, or stalled.
Mega Bids Overview
This month’s Mega Bids list highlights 21 opportunities. Collectively, they represent some of the government’s highest-value and most complex procurements, encompassing global logistics, advanced IT modernization, missile defense, space exploration, and critical infrastructure. Several of the bids have responses due:
- FAA’s Program Management Office Technical Assistance Contract (PMO/PTAC) – SSN due on October 1, 2025, by 2:00 PM ET.
- DOS’s Design Build Capital Projects Construction Manager Program IDIQ – Sources Sought response due on October 6, 2025, by 12:00 PM ET.
- U.S. Army’s Logistics Civil Augmentation Program (LOGCAP VI) – answers to questions due on October 8, 2025, by 4:00 PM CT.
- DLA’s Global Tires Program 2 (GTP2) – request for information (RFI) due on October 3, 2025.
At Lohfeld Consulting, we specialize in helping companies capture and develop proposals that win. Contact us to get started today.
Mega Bids that are Active or Imminent
Several bids are active or will be released shortly:
- SHIELD: Multiple Award Scalable Homeland Innovative Enterprise Layered Defense (Agency: MDA; GovWin ID: 254898; Value: $151B). Due Date: October 10, 2025
- SOF GLSS 2: Special Operations Forces Global Logistics Support Services (Agency: USSOCOM; GovWin ID: 183447; Value: $10.5B). Due Date: November 21, 2025
- HBMAS: High Band Mission Application Software Support (HBMAS) (Agency: USAF; GovWin ID: 223676; Value: $500M). The bid is likely to be released on October 7, 2025.
- EPASS FOPR 77: Engineering Professional and Administrative Support Services (Agency: USAF; GovWin ID: 248836; Value: $781M). The bid is imminent and will be released on OASIS+ Small Business CLIN 10311.
Mega Bids List
- Implementation of Advanced Government Simulation Capabilities (IAGSC)
Agency: U.S. Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Sustainment Center (AFSC)
NAICS Code: 541511 – Custom Computer Programming Services
GovWin Opp ID: 251936
RFP Type: IDIQ
Competition Type: Full and Open/Unrestricted
Value: $750M
RFP Date: 10/2025
Description: The scope of this opportunity will include software development, integration of modeling and simulation capabilities, research and development (R&D), cybersecurity activities, lifecycle software testing, integration of intelligence community-developed information into threat representative capabilities, systems engineering, physical security services, and administrative support services for AFSC.
Status: The government has published multiple pre-RFP documents. On May 30, 2025, the government published its Industry Day Q&A, RFI white paper Q&A, and IAGSC Industry Day slides. Modern Technology Solutions is the incumbent contractor. They have two contracts with an ultimate expiration date of September 17, 2027. - Technical and Management Advisory Services for the Test Enterprise (TMAS 3)
Agency: U.S. Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Research Laboratory
NAICS Code: 541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
GovWin Opp ID: 238686
RFP Type: Task/Delivery Order on OASIS+
Competition Type: Small Business Set-Aside
Value: $1.5B
RFP Date: Late 10/2025
Description: The Air Force Test Center (AFTC) is soliciting Technical and Management Advisory Services (TMAS) to provide enterprise-wide professional support across its major locations, including Edwards AFB, Eglin AFB, and Arnold Engineering Development Complex (AEDC). The contract covers a wide range of engineering and non-engineering services in support of aerospace and armament R&D, acquisition, test, and evaluation. Key areas include program management, logistics, security, financial analysis, and technical advisory services critical to the Air Force’s test enterprise mission.
Status: The government issued draft documents to OASIS+ Small Business (SB) contract holders on September 23, 2025, under Contract Line Item Numbers (CLINs) 10302 and 10311. The government issued a draft Fair Opportunity Proposal Request (FOPR) on July 31, 2025, to OASIS+ SB contract holders on CLIN 10302, and comments were due on August 14, 2025. The government also released multiple pre-RFP documents to OASIS+ SB contract holders on May 22, 2025. Questions were due on June 6, 2025. - Special Operations Forces (SOF) Global Services Delivery (SOFGSD)
Agency: Dept. of Defense (DOD), U.S. Special Operations Command (USSOCOM)
NAICS Code: 541611: Administrative Management and General Management Consulting Services
GovWin Opp ID: 207172
RFP Type: IDIQ
Competition Type: Small Business Set-Aside
Value: $3.2B
RFP Date: 11/2025
Description: USSOCOM is seeking comprehensive support services under the SOF Global Services Delivery (SOFGSD) contract to enhance its global operations. The scope includes education and training, program and project management, engineering, intelligence, professional multimedia services, and administrative support to improve mission readiness and organizational efficiency. These services will assist USSOCOM in managing operations, conducting training, developing strategies, and supporting technical and operational needs across various SOF environments.
Status: On September 12, 2025, the government issued a notice indicating it will include a CMMC pass/fail requirement as a qualifying criterion in the final RFP. The government anticipates that a “CMMC Level 1 (Self)” will be required at the time of proposal submission. The rule also requires that all identified team members meet the requirement at the time of the proposal. The Prime offeror will be disqualified if it is determined that an identified team member does not also meet the CMMC Level 1 (Self) qualification. On September 4, 2025, the government released 14 new pre-RFP documents, including questions and answers. - Second Generation Information Technology BPA Follow-On (2GIT Follow-On)
Agency: General Services Administration (GSA), Federal Acquisition Service (FAS)
NAICS Codes 334210 – Telephone Apparatus Manufacturing; 334111 – Electronic Computer Manufacturing; 334112 – Computer Storage Device Manufacturing
GovWin Opp ID: 246719
RFP Type: Blanket Purchase Agreement (BPA)
Competition Type: Full and Open/Unrestricted
Value: $5.5B
RFP Date: 11/2025
Description: The GSA plans to issue Second Generation Information Technology (2GIT) BPAs to provide a comprehensive, government-wide solution for IT hardware, software, ancillary supplies, and services. Designed as a follow-on to the First-Generation IT BPAs, 2GIT incorporates customer feedback and a streamlined, one-stop-shop approach to better serve the Air Force, DOD, and other government entities. In the previous contract, GSA required expertise in providing products related to data centers, end users, networks, and radio equipment.
Status: The GSA Contracting Office released an RFI on August 11, 2025. Responses must have been submitted by completing a questionnaire that was due August 22, 2025. An associated RFI has been released on the GSA eBuy platform under RFQ1774615. - Program Management Office Technical Assistance Contract (PMO/PTAC)
Agency: Federal Aviation Administration (FAA), Air Traffic Organization (ATO)
NAICS Code: 541330 – Engineering Services
GovWin Opp ID: 229595
RFP Type: Undetermined
Competition Type: Partial Small Business Set-Aside
Value: $1.3B
RFP Date: 12/2025
Description: The FAA seeks technical and professional services through the PMO Technical Assistance Contract (PTAC) to support the operations of its ATO’s Program Management Office (PMO). This follow-on to the expiring Program Support Services (PSS) contracts will provide critical expertise across engineering, program management, cybersecurity, logistics, and operational support to advance the FAA’s strategic goals. PTAC will assist multiple PMO directorates in enhancing safety, efficiency, and modernization efforts across the National Airspace System (NAS).
Status: On September 9, 2025, the government released a modification to update the SSN, which is due on October 1, 2025, at 2:00 PM ET. Prior to that, the government released an SSN/RFI and PMO Technical Assistance Contract SOW on August 14, 2025. The purpose of this RFI was to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses, and 8(a)-certified firms capable of providing the supplies outlined in the document within the timeframe stated in the document. The responses to the RFI are helping to determine the acquisition strategy and whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or socially & economically disadvantaged businesses (SEDB)/8(a)-certified firms. Offerors are asked to submit a capabilities statement (PDF) in Adobe Acrobat. Among the leading contractors are Astrion, Inc., Regulus Group, LLC, and SAIC. - Census Bureau Transformation Application Modernization (CenTAM)
Agency: Dept. of Commerce, U.S. Census Bureau
NAICS Code: 541511 – Custom Computer Programming Services
GovWin Opp ID: 237323
RFP Type: Blanket Purchase Agreement (BPA)
Competition Type: Small Business Set-Aside
Value: $1B
RFP Date: 12/2025
Description: CenTAM is an enterprise-wide framework that will support the modernization and development of applications across the Census enterprise, including business, IT, economic, demographic, geospatial, decennial, and research programs. Census intends to establish four BPAs under the CenTAM framework. Each BPA will align to specific programs and task areas. The government intends to consolidate the four BPA requests for quotes (RFQs) within a single solicitation document to streamline the acquisition process. The work covers five task areas:
Task 1: Contract Management – Oversight of BPA/order cost, schedule, quality, security, resources, risks, and financial controls. Task 2: IT Project & Program Management – Planning, governance, training, change management, independent verification and validation (IV&V), system-level testing, and delivery of IT initiatives. Task 3: Architecture & Engineering – Full lifecycle systems architecture and engineering services. Task 4: Application Development & Management Services – Design, development, application testing, security, operations and maintenance (O&M), cloud migration, research and development (R&D), and innovation.
Status: On August 22, 2025, the government released a special notice. The purpose of the notice is to update industry on CenTAM’s status and solicit feedback on the acquisition framework. Responses were due on September 5, 2025, by 4:00 PM ET. Additionally, the Census Bureau stated that the procurement process would follow two steps: Step 1 will require offerors to submit past performance, and Step 2 will likely require an oral presentation. - DTIC Information Analysis Centers Multiple Award (IAC MAC)
Agency: Dept. of Defense (DOD), Defense Technical Information Center (DTIC)
NAICS Code: 541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
GovWin Opp ID: 224035
RFP Type: IDIQ
Competition Type: Undetermined
Value: $48B
RFP Date: 01/2026
Description: DOD’s Defense Technical Information Center is soliciting a recompete of its Information Analysis Centers (IAC) MAC to support research, development, and analysis across a broad range of technical focus areas. These include weapons systems, autonomous technologies, cybersecurity, C4ISR, directed energy, medical research, and Chemical, Biological, Radiological, and Nuclear (CBRN) Defense, among others. The IAC MAC will be divided into multiple pools to align contractor expertise with mission-critical areas, including specialized support for CBRN laboratory work.
Status: The contracting office indicated there will likely be additional pre-RFP documents released and an Industry Day before the bid’s release in early 2026. The government released an RFI questionnaire on April 21, 2025. There are currently 41 incumbent contractors, and they hold contracts with an ultimate expiration date of March 31, 2028. Among the top five grossing contractors are HII, Booz Allen Hamilton, KBR, ManTech, and CACI. - Prototype Integration Facility 2027 (PIF IV)
Agency: Dept. of the Army, U.S. Army Combat Capabilities Development Command (DEVCOM), Aviation and Missile Center (AvMC)
NAICS Code: 336413 – Other Aircraft Part and Auxiliary Equipment Manufacturing
GovWin Opp ID: 240066
RFP Type: IDIQ
Competition Type: 8(a) Set-Aside
Value: $6B
RFP Date: 01/2026
Description: The government requires a support contract to provide rapid response hardware solutions for the Prototype Integration Facility at Redstone Arsenal, Alabama. The contractor must possess knowledge of the DOD Critical Safety Item (CSI) program and the Army Aviation Air Worthiness Release (AWR) process. Success will depend on maintaining a robust network of subcontractors and vendors to handle a broad scope of work and fast-changing requirements. The prime contractor must also demonstrate flexibility to scale support up or down in response to workload demands.
Status: The government describes PIF IV in its Procurement Acquisition Lead Time presentation dated July 10, 2025. - Armored Multi-Purpose Vehicle (AMPV) Family of Vehicles (FoVs) for System Technical Support (STS)
Agency: Dept. of the Army, Assistant Secretary 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)
NAICS Code: 541330 – Engineering Services
GovWin Opp ID: 244898
RFP Type: Other
Competition Type: Undetermined
Value: $600M
RFP Date: 01/2026
Description: The Department of the Army requires System Technical Support (STS) services for the AMPV FoVs. The contract includes support across command, control, communications, computers, cyber, intelligence, surveillance, and reconnaissance (C5ISR) integration, systems engineering, logistics, testing, and use of a systems integration laboratory to ensure interoperability, maintainability, and readiness. The contractor will also support government-led testing and fielding activities with technical documentation, spare parts, and field service representatives (FSRs).
Status: On August 18, 2025, the government released an SSN, and responses were due August 20, 2025. The government also released two previous SSNs on July 16, 2025, and July 22, 2025. BAE Systems is the incumbent contractor. - Navy Integrated Training Environment (SeaPort NxG NITE)
Agency: Dept. of the Navy (DON) Naval Sea Systems Command (NAVSEA), Naval Surface Warfare Center (NSWC), Corona Division
NAICS Code: 541330 – Engineering Services
GovWin Opp ID: 206014
RFP Type: Task/Delivery Order (SeaPort NxG)
Competition Type: Full and Open/Unrestricted
Value: $1B
RFP Date: 01/2026
Description: This bid requires the contractor to provide comprehensive task order management to ensure effective operations and maintenance (O&M) across all training platforms and fully support live, virtual, and constructive (LVC) training events in line with scheduling requirements. Responsibilities also include network asset management focusing on device acceptance, configuration, and cybersecurity; maintenance of training range assets and target areas to maximize system availability and lifespan; and engineering and configuration support to sustain or enhance range systems and capabilities for meeting Fleet training objectives.
Status: The government released a draft solicitation and level of effort matrix on August 7, 2025. The draft solicitation indicated the government is contemplating an award of a cost-plus-fixed-fee (CPFF) task order with a base period of one year plus four (4) one-year options for a total of five years if all options are exercised. The government also stated the competition is open to all MAC holders on SeaPort-NxG. Previously, the government released an SSN on January 24, 2025. - Unaccompanied Alien Children Legal Services (UAC LSP)
Agency: Health and Human Services (HHS), Administration for Children and Families (ACF)
NAICS Code: 541199 – All Other Legal Services
GovWin Opp ID: 230209
RFP Type: Other
Competition Type: Full and Open/Unrestricted
Value: $1.13B
RFP Date: 02/2026
Description: The government seeks continued legal services to support unaccompanied children (UC) in federal custody. This requirement ensures compliance with the Homeland Security Act of 2002 and the Trafficking Victims Protection Reauthorization Act of 2008, which mandates that UCs receive appropriate care, safe release to sponsors, and access to legal counsel to safeguard their rights and well-being. The purpose of this bid is to provide legal orientations, consultations, direct representation, and related assistance that are developmentally appropriate, culturally competent, and trauma-informed, while also supporting the Office of Refugee Resettlement (ORR) with data tracking, analysis, and reporting. Ultimately, the effort is intended to protect UC from mistreatment, exploitation, and trafficking, while ensuring their fair participation in immigration proceedings.
Status: On September 17, 2025, the government released the Questions for Industry document, which asks eight questions concerning how contracts would deliver legal representation to unaccompanied alien children (UAC), their experience in doing so, and an indication of what services UAC should receive. Responses to the eight questions are due on October 2, 2025, at 12:00 PM ET. Before that, the Contracting Office released an SSN on August 14, 2025. Responses are due by 12:00 PM ET on September 15, 2025. There is a limit of 10 pages for responses to the questions. - Design Build Capital Projects Construction Manager Program IDIQ
Agency: Dept. of State (DOS), Bureau Office of Overseas Buildings Operations (OBO)
NAICS Code: 236220 – Commercial and Institutional Building Construction
GovWin Opp ID: 257903
RFP Type: IDIQ
Competition Type: Full and Open/Unrestricted
Value: $7.5B
RFP Date: 02/2026
Description: The government is seeking a contractor to support its Capital Projects Construction Manager Program. As the government’s single overseas real property manager, OBO oversees the planning, design, construction, and maintenance of diplomatic facilities to support worldwide diplomacy. Under this program, the contractor will manage project cost and schedule risks early in the design phase while advising on constructability and collaborating with the government’s design team. Services may include a wide range of design disciplines (architecture, engineering, security, and infrastructure) and construction oversight activities, including labor, materials, scheduling, cost control, quality assurance, and project closeout.
Status: The government issued an SSN (final version) on September 12, 2025, and submissions are due on October 6, 2025, at 12:00 PM ET. To be eligible to receive a contract award and to perform under the contract, the successful offeror(s), including JV offerors, must possess a Defense Counterintelligence and Security Agency (DCSA) Secret Facility Clearance (FCL) with Secret safeguarding capability issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. - APOLLO
Agency: Dept. of Defense (DOD), U.S. Central Command (USCENTCOM)
NAICS Code: 541330 – Engineering Services
GovWin Opp ID: 242887
RFP Type: Task/Delivery Order using ASTRO or OASIS+
Competition Type: Undetermined
Value: $1.2B
RFP Date: 03/2026
Description: The APOLLO bid supports USCENTCOM’s requirement for technical expertise to enhance information operations (IO) and irregular warfare (IW) capabilities across domains, echelons, and geographic boundaries in coordination with interagency, defense, and allied partners. These services are critical to mitigating complex national security threats such as narcotics and human trafficking, weapons proliferation, piracy, pandemics, and humanitarian crises. The effort aims to integrate information-related capabilities (IRC) to ensure unified, adaptive, and strategic responses to evolving global challenges.
Status: The government is still in the planning process and is likely to use the GSA ASTRO or OASIS+ contracts to bid the work. The government is expected to hold an Industry Day in Q1 2026. - Hydra-70 Rocket System Production and Engineering Services
Agency: Dept. of the Army, Program Executive Office (PEO) Missiles and Space, PM Tactical Aviation and Ground Munitions (TAGM)
NAICS Code: 332993 – Ammunition (except Small Arms) Manufacturing
GovWin Opp ID: 255675
RFP Type: Undetermined
Competition Type: Undetermined
Value: $3.4B
RFP Date: 03/2026
Description: As per the technical data package (TDP), vendors may propose alternative solutions for future production of the current Hydra-70 2.75-inch rocket system, clearly demonstrating advantages in performance, producibility, or cost, and ensuring rapid qualification, integration, and scalability. Variants of particular interest include complete rounds with M151 (guided and unguided), M255A2, M274, and WTU-1/B warheads or equivalents. Qualified respondents may request access to the Hydra-70 TDP, M261 Lightweight Rocket Launcher Interface Control Document (ICD), and Advanced Precision Kill Weapon System ICD. The government is open to reasonable adjustments to the legacy Hydra-70 TDP to accommodate modern manufacturing practices, and vendors may assume the MK 90 grain will be provided as Government-Furnished Material.
Status: The government released a modification on September 4, 2025, to inactivate the SAM notices. Before that, the Army released slides from the July 16, 2025, Industry Day, where it explained Hydra requirements, reviewed industry questions, and requested a white paper on August 14, 2025. The purpose of the white paper was to inform the Army’s contracting strategy/strategies for future procurement of Hydra-70 rocket systems. In June 2025, the government published a quad chart requesting company information and an SSN. General Dynamics Ordnance and Tactical Systems, Inc. is the incumbent contractor. - Intercontinental Ballistic Missile Development Operations and Sustainment (IDOS)
Agency: Dept. of the Air Force, Air Force Materiel Command (AFMC), Air Force Nuclear Weapons Center (AFNWC/NWCX), Intercontinental Ballistic Missile (ICBM) Systems Directorate
NAICS Code: 541330 – Engineering Services
GovWin Opp ID: 141503
RFP Type: OASIS+ Unrestricted
Competition Type: Full and Open/Unrestricted
Value: $12B
RFP Date: 04/2026
Description: The government requires comprehensive systems engineering and integration (SE&I) services to support the ICBM weapon systems, including Minuteman III and the next-generation Sentinel. These services will address modernization of legacy systems, development of new capabilities, sustainment, and transition planning while managing evolving mission requirements, cybersecurity, and system resilience. The effort will provide critical support in areas such as technical baseline management, requirements development, interface management, risk assessments, acquisition support, testing, and sustainment activities. Given the complexity of the ICBM enterprise and the need to balance cost, schedule, and performance within a constrained budget, the scope of work encompasses SE&I, cybersecurity, infrastructure support, financial management, stakeholder collaboration, and nuclear surety. Ultimately, this initiative is designed to ensure operational readiness, reliability, and security of the nation’s ICBM systems, thereby preserving the credibility of the U.S. nuclear deterrent.
Status: On September 15, 2025, the government released Industry Day Q&As. In the Q&A, the government noted it was evaluating all options associated with the highest technically rated offeror (HTRO) approach, as well as how to promote fair and open competition across all task orders and small business participation. The government also anticipates providing a Bidders Library for all offerors. Before the Q&A release, the government held an Industry Day on August 25–27, 2025, which provided general sessions and in-person one-on-one meetings. The government also released a draft statement of objectives and RFI on June 13, 2025. - 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: 06/2026
Description: The government is seeking continued support for the Logistics Civil Augmentation Program (LOGCAP), a rapid-response capability designed to deliver scalable sustainment services that support military operations worldwide. LOGCAP augments Army forces during contingency operations by providing 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: The government anticipates hosting an Industry Engagement on October 6-8, 2025, to discuss an array of topics, including the current/future state of the LOGCAP contract vehicle and program, modernization, and LOGCAP VI planning efforts. The event will include a general session and one-on-one vendor breakout sessions. The event will be held in person at the Rock Island Arsenal in Rock Island, Illinois, and will not be offered via MS Teams. The government will provide a specific agenda closer to the event. Click here for details.
Potential offerors must complete the Visitor Access Form for each individual registering for the event. This event will be tailored to the LOGCAP global capability and will not discuss the Small Business portion mentioned in the previous Sources Sought posting dated July 1, 2025. The government is accepting questions and written responses to the attached 1-on-1 questions (released September 15, 2025). Submission of written responses is due on October 8, 2025, by 4:00 PM CT. Note that registration for the event was due on September 19, 2025, but there is still time to submit your one-on-one questions by October 8, 2025. - F117 Engine Sustainment Support (ESS)
Agency: Dept. of theAir Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Propulsion Directorate, Propulsion Sustainment Division
NAICS Code: 336412 – Aircraft Engine and Engine Parts Manufacturing
GovWin Opp ID: 224094
RFP Type: Firm Fixed Price
Competition Type: Undetermined
RFP Date: 06/2026
Value: $8.2B
Description: The government is seeking qualified sources to conduct approximately 160 depot-level shop visits annually for the F117 engine under its two-level maintenance system. Contractors must be FAR Part 145 certified (or able to certify), provide all parts and testing, and perform overhauls in accordance with OEM (Pratt & Whitney) technical manuals to ensure serviceable engines that meet War Readiness requirements. The effort includes handling Quick Engine Change (QEC) items, supporting government-furnished equipment and materials, and performing inspections, repairs, and testing to deliver cost-effective readiness and quick turnaround.
Status: The government released a Supply Chain RFI on January 6, 2025, Q&A on February 7, 2025, and a Licensing Agreement RFI on February 26, 2025. - Operation and Maintenance of the NASA Federally Funded Research and Development Center (FFRDC) at Jet Propulsion Laboratory
Agency: National Aeronautics and Space Administration (NASA), Jet Propulsion Laboratory (JPL)
NAICS Code: 541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
GovWin Opp ID: 256179
RFP Type: IDIQ
Competition Type: Full and Open/Unrestricted
Value: $30B
RFP Date: 08/2026
Description: JPL requires continued operation and maintenance support for its FFRDC, which manages highly complex, first-of-its-kind deep space and Earth-orbiting missions. This includes mission concept development, spacecraft design, systems engineering, and mission operations involving deep space communication, planetary landings, and survival in extreme environments. The work supports robotic landers, rovers, orbiters, and scientific observatories, and includes cutting-edge research, autonomous systems, and advanced technology development. Potential sources must maintain technical expertise and infrastructure to support both space- and ground-based scientific exploration and NASA-sponsored research programs in Earth and space sciences.
Status: The government released four pre-RFP documents in July 2025, including an SSN, answers to questions, a list of industry attendees, and Industry Day slides. A draft RFP should be issued in June 2026. - Sentinel Launch Facilities Design and Construction
Agency: Dept. of the Air Force, Air Force Materiel Command (AFMC), Air Force Nuclear Weapons Center (AFNWC)
NAICS Code: 237990 – Other Heavy and Civil Engineering Construction
GovWin Opp ID: 252044
RFP Type: Undetermined
Competition Type: Full and Open/Unrestricted
Value: $30B
RFP Date: 09/2026
Description: The Department of the Air Force, through AFNWC, is planning a major military construction effort to replace aging Minuteman III infrastructure with new Sentinel launch facilities at F.E. Warren, Malmstrom, and Minot Air Force Bases. Spanning five states and covering 40,000 square miles, the program will involve designing and building up to 450 hardened, sub-surface missile silos and support structures between 2028 and 2040. The facilities will meet stringent nuclear safety, security, and anti-terrorism standards and may be procured through Design-Build or Design-Bid-Build contracts, with solicitation expected around 2026.
Status: On February 14, 2025, the government released an RFI requesting feedback on new technologies, processes, and techniques related to design and/or construction, which also included a Project Labor Agreement survey. The government has completed its review of the submissions and is in the acquisition planning process. - Fort Rucker Aviation Maintenance Services (FRAM II)
Agency: Dept. of the Army, Army Materiel Command (AMC), Aviation and Missile Command (AMCOM), Army Aviation Center
NAICS Code: 488190 – Other Support Activities for Air Transportation
GovWin Opp ID: 234580
RFP Type: Other
Competition Type: Full and Open/Unrestricted
Value: $5.3B
RFP Date: 09/2026
Description: The government requires quality aircraft maintenance and logistics support services for flight training requirements for the U.S. Army Aviation Center of Excellence (AVCOE), U.S. Air Force 23rd Flying Training Squadron, and U.S. Army Aeromedical Research Laboratory at Fort Rucker, Alabama. The FRAM II program will ensure maintenance and support for approximately 500 Army and 28 Air Force aircraft, executing around 200,000 flight hours annually. Work will be conducted primarily in government-furnished facilities with government-provided tools and equipment. The requirement spans five airfields and a “backshop” facility, supporting critical flight training and research missions.
Status: The government issued an SSN on August 25, 2025, and responses were due on September 17, 2025, at 5:00 PM CT. The government is expected to release a draft in Q2 (calendar year), with a final RFP following in Q3 2026. - Global Tires Program 2 (GTP2)
Agency: Department of Defense (DOD), Defense Logistics Agency (DLA)
NAICS Code: 493190 – Other Warehousing and Storage
GovWin Opp ID: 187419
RFP Type: Undetermined
Competition Type: Undetermined
Value: $10B
RFP Date: 10/2026
Description: DLA requires support for GTP 2.0, which manages the worldwide supply chain of tires, treads, track components, and wheel assemblies for aircraft and ground systems. The contractor, serving as the GTP 2.0 Integrator, is responsible for demand planning, supplier management, purchasing, order fulfillment, distribution, and inventory oversight, including the management of retreads and tire carcass disposal. Responsibilities also include customs clearance, obsolescence management, warehouse operations, vendor-managed inventory, and customer support for both domestic and international locations. The program ensures reliable tire supply and lifecycle management across defense, foreign military sales, and global mission needs.
Status: On August 25 and 26, 2025, DLA released an RFI and draft performance work statement (PWS). Responses are due on October 3, 2025.
Conclusion
Winning a share of these Mega Bids can transform your company’s growth trajectory—but success requires more than spotting opportunities; it demands disciplined capture, winning strategies, and compliant, compelling proposals. Lohfeld Consulting has the expertise to help mid- and small-sized businesses compete head-to-head with larger firms by qualifying opportunities, shaping strategies, and delivering proposals that stand out to evaluators. Don’t let these billion-dollar opportunities pass you by—partner with Lohfeld Consulting to turn today’s Mega Bids into tomorrow’s wins. Contact us to get started.
Relevant Information
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 LinkedIn, Facebook, and YouTube(TM).
Paperback or Kindle
10 steps to creating high-scoring proposals
by Bob Lohfeld
contributors Edited by Beth Wingate
Subscribe to our free ebrief
Teaming friends, frenemies, and enemies—12 tips to mitigate harmful effects
Did you know that contracting officers spend up to 20% of their time mitigating disputes between teaming partners? In an informal poll we conducted on LinkedIn last month, 40% of respondents classified their teaming partners as “frenemies” on their last bid.
Explore Further
- Advice (536)
- AI (24)
- APMP (18)
- Army MAPS Contracts (3)
- Business Development (280)
- Capture Management (254)
- Complex Technology Grants Services (25)
- Favorite Books (5)
- GenAI (3)
- Go-to-Market (27)
- Graphics (5)
- Lohfeld Books (2)
- NASA SEWP VI Contracts (2)
- Navy SeaPort-NxG Contracts (2)
- NIST MSE Grants (1)
- NIST NAPMP Grants (2)
- Past Performance (63)
- Post-submission Phase (14)
- Pre-RFP Preparation (254)
- Proposal Management (324)
- Proposal Production (70)
- Proposal Reviews (36)
- Proposal Writing (101)
- Pursuit Phase (107)
- Research Report (4)
- Resources (63)
- Tools & Tips (405)
- Training (12)
- Uncategorized (223)

Sign Up for INSIGHTS and Download your FREE book
We'd love to help you with your proposals. Enjoy our complimentary Lohfeld Consulting Group Capture & Proposal Insights & Tips book with your FREE subscription to our Insights Newsletter.
GET YOUR FREE BOOK