Deadlines-Driven Bid Intel: What to Watch in This Week’s Federal Opportunities
Related opportunities
Executive takeaway
This batch mixes near-term actions (maintenance quotes, A-E SF 330 packages, sources sought) with longer-horizon pipeline moves (a five-year DLA IDIQ and a very large NAVFAC command-and-control facility build). The most time-sensitive “gotcha” is an amendment to USSOCOM linguist support that updates the Initial Capability Workbook—an easy place to make a compliance mistake if you reuse prior tabs or validations.
What the buyer is trying to do
USSOCOM SOF Linguist Support Services II (Amendment 3)
The buyer is maintaining proposal instructions while correcting administrative issues in an Initial Capability Workbook (Attachment 6). The update adds an allowed “unknown” input option for certain specifically requested data and fixes instruction-tab errors. The buyer also states no additional questions will be accepted.
DLA Wheel and Tire Assembly (pre-solicitation)
DLA is signaling a competitive, firm-fixed-price five-year IDIQ long-term contract for a wheel and tire assembly with purchased-part restrictions and a requirement to meet the Government Technical Data Package (TDP). They also flag a potential reverse auction process, which changes how you should plan pricing and internal approvals.
Travis AFB MACC BOA (construction)
The Air Force is establishing an ongoing construction BOA with two pools: a minor, non-complex pool without design and a more complex pool intended for design-build/major work. Multiple “anticipated orders” synopses have been added over time, and the BOA is open for applications for an extended period.
KC-135 Center Console Refresh (CCR) Revision 2 (market engagement)
The program office is circulating draft requirements and iterative responses to industry questions (SRD/SOW), plus supporting documents marked CUI. This reads as active shaping of acquisition strategy and technical expectations rather than a final solicitation.
JBSA pedestrian walkway bridges (sources sought)
The Air Force is conducting FAR Part 10 market research for removal and replacement of two pedestrian walkway bridges, seeking capable firms that can deliver a structurally sound prefabricated bridge solution compliant with ADA.
NAVSUP hydraulic accumulator (repair quote solicitation excerpt)
NAVSUP is seeking a repair quote under a DPAS “DO” rated order with requested supplemental data (new item cost for comparison, repair turn-around time, test/evaluation cost if beyond repair, inspection/packaging site CAGEs). This is the kind of buy where lead time realism and repair processes matter as much as unit price.
X-ray producing systems maintenance (Tinker AFB)
This notice includes both an award notice and an amendment note: the buyer revised special qualification requirements in the PWS and clarified the equipment count for preventive maintenance planning (six pieces of equipment; multiple tube heads require PM even if not simultaneously in use).
VA wayfinding A-E selection (SDVOSB)
VA is requesting SF 330 submissions under Brooks Act procedures for an architectural services effort to create a cohesive wayfinding system for Veterans in Building 1. It is explicitly not an RFP; selection is qualification-based, and design completion is anticipated to take about 199 calendar days including VA reviews.
NAVFAC JIATF-S C2 facility (Key West) construction
NAVFAC is procuring a design-bid-build, firm-fixed-price construction contract for a five-story command-and-control facility with high resilience (hurricane and storm surge criteria), security zoning, redundant MEP with backup power, information systems, IDS, EMCS connections, specialized server/communications room support (redundant CRAC), and fire protection including pre-action and clean agent suppression. Magnitude is stated as $250M–$500M under full and open competition.
What work is implied (bullets)
- USSOCOM linguist support: update your submission to use the revised Attachment 6 workbook (instructions tab corrections; “unknown” option now allowed where specifically requested); ensure no reliance on prior workbook validations or locked fields.
- DLA wheel/tire IDIQ: prepare for strict conformance to the Government TDP; model min/max IDIQ quantities across five years; plan internal readiness for a potential reverse auction and required training/registration.
- Travis MACC BOA: package capabilities for the correct pool(s) (minor non-complex vs. more complex/design-build); track the evolving “anticipated orders” synopses as pipeline indicators.
- KC-135 CCR Rev 2: digest draft SRD/SOW and the published Q&A responses; determine what standards/compliance inputs the Government is actively testing in RFI cycles; manage CUI handling if you access those attachments.
- JBSA bridge sources sought: demonstrate ability to remove/replace existing bridges and deliver prefabricated bridges suitable for pedestrians/golf carts and ADA compliance; respond using the attached sources sought form (per notice).
- NAVSUP accumulator repair: build a repair quotation that includes the additional requested comparative/practical data (new item cost, RTAT, beyond-repair test/eval cost, site CAGEs); plan DPAS-rated order execution.
- X-ray equipment maintenance: ensure staffing/qualifications align to updated PWS special qualifications per cited Technical Orders/Manuals; plan PM and remedial coverage across six pieces of equipment including spare tube heads.
- VA wayfinding A-E: produce an SF 330 tailored to wayfinding/signage/architectural services; emphasize qualifications and selection criteria alignment (FAR 36.602-1 / VAAR 836.602-1 referenced).
- NAVFAC C2 facility: assemble large-scale DBB proposal under FAR Part 15 negotiation, including technical approach for redundancy, coastal corrosion environment, floodplain/storm criteria, security zones, IDS/EMCS integration, and specialized fire protection for IT spaces.
Who should bid / who should pass (bullets)
- Bid: linguist support firms already tracking USSOCOM’s workbook-based capacity/capability submission mechanics and able to adjust quickly to an amended Attachment 6.
- Bid: manufacturers/qualified suppliers able to build to a Government TDP for the wheel and tire assembly and willing to compete under potential reverse auction dynamics.
- Bid: construction firms targeting Travis AFB recurring work who can fit cleanly into Pool 1 (minor, non-complex, no design) and/or Pool 2 (more complex/design-build).
- Bid: primes with demonstrated large-scale, high-resilience, security-zoned facility experience for the NAVFAC JIATF-S C2 build (and the bandwidth to run a major FAR Part 15 pursuit).
- Bid: SDVOSB A-E firms capable of producing a strong SF 330 for a VA wayfinding system effort.
- Pass: teams that cannot comply with CUI handling expectations for the KC-135 CCR attachments (if access is required for meaningful participation).
- Pass: repair vendors without DPAS-rated order execution maturity or without credible, supportable repair turn-around assumptions for NAVSUP repair actions.
- Pass: small construction firms that cannot support hurricane/storm-surge design criteria and redundant systems integration (for the NAVFAC major facility) as a prime.
Response package checklist (bullets; if unknown say “verify in attachments”)
- USSOCOM linguist support: updated SF 30 and updated Attachment 6 Initial Capability Workbook (use the revised workbook; verify all submission instructions in attachments).
- DLA wheel/tire (pre-solicitation): plan to download solicitation and the TDP via the URL referenced once released; verify exact offer instructions and closing date in the solicitation.
- Travis MACC BOA: BOA application package requirements and any pool-specific instructions (verify in attachments and BOA documents).
- KC-135 CCR Rev 2: draft SOW/SRD and the Government’s response-to-industry-questions memos (verify in attachments; note CUI markings).
- JBSA bridges sources sought: completed sources sought form (verify in attachments) describing capability to remove/replace bridges and meet ADA needs.
- NAVSUP repair quote: repair quote plus requested supplemental fields (new item cost for comparison, repair turn-around time, test/eval cost if beyond repair, inspection site CAGE, packaging site CAGE); verify any additional CLIN/packaging/WAWF instructions in the full solicitation/attachments.
- X-ray maintenance: quote aligned to the Combined Synopsis/Solicitation and revised PWS special qualifications; verify in attachments.
- VA wayfinding A-E: SF 330 submission (this is a request for SF 330s; no solicitation document available per synopsis); verify any procedural submission instructions in the notice/attachments.
- NAVFAC JIATF-S C2 facility: full Part 15 proposal package and (if applicable) subcontracting plan for large businesses; verify all volumes/forms in the solicitation when released.
Pricing & strategy notes (how to research pricing; do not invent pricing numbers)
For DLA’s wheel/tire IDIQ: treat pricing as both a manufacturing cost problem and a competitive-event problem. Once the solicitation drops, map every requirement in the TDP to cost drivers (materials, QA/inspection, packaging, and any purchased part restrictions). If a reverse auction is used, build a defensible lowest-winnable price threshold ahead of time and secure internal approval ranges so you’re not making margin decisions live.
For NAVSUP repair work: the request explicitly asks for comparative “new item cost” and repair turn-around time—use that as a signal that evaluation may consider repair economics and schedule credibility. Your pricing strategy should connect labor/material assumptions to RTAT and test/eval scenarios (including beyond-repair contingencies) and remain consistent with any fixed-price inspection/acceptance and invoicing instructions.
For VA A-E (Brooks Act): selection is qualifications-based; pricing usually comes after ranking/negotiation. Strategy is to maximize SF 330 alignment to the stated selection criteria and demonstrate comparable experience rather than lead with fee narratives.
For NAVFAC’s large C2 facility: expect cost realism scrutiny even under firm-fixed-price negotiation. Research similar coastal, high-wind-load projects and the cost impacts of redundancy (MEP, backup power, IT cooling) and specialized fire suppression. Build a basis-of-estimate that clearly ties security zoning, IDS/EMCS integration, and resilience requirements to labor/material and subcontract scopes.
Subcontracting / teaming ideas (bullets)
- NAVFAC JIATF-S C2 facility: consider early alignment with specialty subs for IDS installation, EMCS connection, redundant CRAC support for server/communications rooms, and clean agent fire suppression systems.
- Travis MACC BOA: build a bench of specialty trades that match likely minor construction needs for Pool 1 and a separate design/build-capable design team (or design partner) for Pool 2 pursuits.
- JBSA bridge replacement: team civil/site capability with prefabricated bridge suppliers and ADA-compliance expertise for pathways/approaches.
- KC-135 CCR Rev 2: if participating in RFIs/industry engagement, pair avionics/interiors integration capability with standards/compliance specialists to respond to Government questions on standard compliance.
Risks & watch-outs (bullets)
- USSOCOM amendment risk: using an older version of Attachment 6 or failing to adopt the updated input options (including “unknown”) could create avoidable compliance errors; also note “no additional questions will be accepted.”
- DLA reverse auction risk: reverse auction can compress margins quickly; ensure you are registered and trained in the reverse auction system if invoked.
- DLA TDP compliance risk: the requirement to meet the Government TDP and purchased part restrictions can limit supply chain flexibility—validate sourcing early.
- KC-135 CCR information control: attachments referenced are marked CUI; mishandling could disqualify you or create compliance exposure.
- NAVSUP DPAS priority: a “DO” rated order implies priority fulfillment expectations—don’t quote RTAT you can’t support operationally.
- X-ray maintenance qualifications: PWS special qualifications were revised; quoting without incorporating those requirements creates rework or noncompliance risk.
- NAVFAC magnitude: $250M–$500M scale plus redundancy and coastal resilience can strain bonding, cash flow, and management capacity—be realistic about prime vs. major sub role.
- VA A-E scope uncertainty: the synopsis states no solicitation document is available and no other scope information is available at this time—your SF 330 must stay qualification-focused and avoid over-committing on assumptions.
Related opportunities
- SOF Linguist Support Services II - Amendment 3 (H92402-23-R-0002)
- Wheel and Tire Assembly
- Travis AFB MACC BOA
- KC-135 Center Console Refresh (CCR) Revision 2
- Golf Course/Pedestrian Walkway Bridge
- ACCUMULATOR,HYDRAUL
- X-RAY PRODUCING SYSTEM PREVENTIVE AND REMEDIAL MAINTENANCE
- 657-23-117JC, Create Cohesive Wayfinding System for Veterans, Bldg.1
- P215 Joint Interagency Task Force - S
How to act on this
- Pick your lane: near-term quotes/SF 330/sources sought versus pipeline positioning (IDIQ/BOA/large construction pursuit).
- Download and reconcile the latest attachments—especially any amended workbooks, revised PWS language, and CUI-marked documents.
- Build a compliance-first outline (forms, volumes, required supplemental data like RTAT/new-item comparison) and assign owners.
- Decide early whether you will prime or team (particularly for the NAVFAC C2 facility and any design-build pool participation).
If you want help triaging fit, compliance risk, and win strategy across these notices, connect with Federal Bid Partners LLC and reference the BidPulsar listings linked above.