Skip to content
← Back to blog

Deadlines soon: 10 federal opportunities worth a fast triage (BidPulsar roundup)

Jan 28, 2026Casey BennettFederal Programs Researcher7 min readdeadlines soon
federal-contractingdeadlinesair-forcenavyvanasasmithsonianrepairsconstructionsaas
Opportunity snapshot
DA10--eNotifications eNotifications Software as a Service (SaaS) New Task Order (VA-25-00089975)
VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNAICS: 541519PSC: DA10
Posted
2026-01-28
Due
2026-01-28T15:00:00+00:00

Related opportunities

Executive takeaway

This set skews heavily toward DoD repair actions (often sole-source or data-rights constrained), plus one Air Force construction-focused vehicle, a Smithsonian food service operations RFP, a VA boiler plant controls preventive maintenance requirement set aside for SDVOSBs, a VA SaaS task order, and a NASA draft partnership-proposal announcement. If you have OEM/authorized repair capability (or can credibly document it), the near-term wins are likely in the repair RFQs—otherwise, focus on the open competition items (food service, preventive maintenance, construction BOA, SaaS) where the evaluation lane is typically wider.

What the buyer is trying to do

Travis AFB MACC BOA (FA442725R0016)

The Air Force is signaling a construction-related BOA at Travis AFB under NAICS 236210 and PSC Z1EZ. The notice snippet doesn’t provide scope details—this one will require attachment review to understand ordering, specialties, and minimum qualifications.

View opportunity in BidPulsar

NSN valve repair (N0038325Q0042)

NAVSUP WSS Philadelphia is seeking an FMS repair action for Kuwait for an aircraft-related valve (PSC 1660, NAICS 336413).

View opportunity in BidPulsar

Food Service Operations at the Smithsonian National Zoo (250268-0000)

The Smithsonian is soliciting for food service operations (NAICS 722310, PSC S203) with no set-aside indicated.

View opportunity in BidPulsar

Fission Surface Power System – Second Draft Announcement for Partnership Proposals (80GRC025FSPS_SECOND_DRAFT_AFPP)

NASA Glenn has issued a second draft announcement for partnership proposals. The synopsis snippet doesn’t include technical scope—this is likely an “attachments-first” read to determine fit and compliance.

View opportunity in BidPulsar

Boiler Plant Control Systems Preventative Maintenance Services B+4 (36C24726Q0127)

VA (NCO 7) is soliciting preventive maintenance services for boiler plant control systems (PSC J041, NAICS 561210) as an SDVOSB set-aside.

View opportunity in BidPulsar

Repair/modification of SEAL, BALANCE (N0010425QDA40)

NAVSUP WSS Mechanicsburg is pursuing a repair action for NSN 7H-2835-010137492-A1 (SEAL, BALANCE). The notice text indicates the Government does not own the technical data/rights, is pursuing one-source authority (FAR 6.302-1), and is looking for repair turnaround time alignment. An amendment history indicates schedule changes and a quantity change (from 4 to 1), and the RFQ calls out GSI and Navy-managed freight via the CAV statement of work.

View opportunity in BidPulsar

Repair of circuit card assemblies (N0038325Q0049)

NAVSUP WSS Philadelphia intends to solicit on a sole-source basis to a named firm for repair of circuit card assemblies (NSN 5998-01-508-8196; P/N 40294-47070-10; QTY 6; FOB origin). The synopsis still allows responsible sources to submit capability statements for possible competition consideration within the stated window.

View opportunity in BidPulsar

eNotifications SaaS – New Task Order (36C10B25Q0468)

VA Technology Acquisition Center has a new task order requirement for eNotifications Software as a Service (NAICS 541519, PSC DA10). The snippet provides no details, so expect requirements in the RFQ package/attachments.

View opportunity in BidPulsar

What work is implied (bullets)

  • Construction BOA support (Travis AFB MACC BOA): BOA onboarding for construction work under NAICS 236210; expect qualification packages, bonding/insurance requirements, and task-order execution processes (verify in attachments).
  • FMS component repair (valve): repair of a specific NSN aircraft valve for Kuwait FMS; likely requires documented repair capability and compliance with NAVSUP WSS repair processes (verify in solicitation).
  • Zoo food service operations: operation of food service at the Smithsonian National Zoo (details such as locations, hours, staffing, and revenue model must be confirmed in the RFP attachments).
  • NASA partnership proposal development: responding to a draft partnership-proposal announcement; likely concept/technical approach content and partnership structure (confirm in the draft announcement documents).
  • Preventive maintenance for boiler plant control systems: scheduled PM services (B+4) for controls systems under a VA SDVOSB set-aside (frequency, systems covered, and reporting requirements must be confirmed in attachments).
  • Depot-style repair/modification (SEAL, BALANCE): repair with Government Source Inspection, Navy-managed freight via the CAV statement of work, and a stated sought RTAT of 325 days; bilateral award requiring written acceptance.
  • Electronics repair (circuit card assemblies): repair of six CCAs with specific NSN and part number; likely OEM/authorized pathway given sole-source intent, but capability statements may still be considered.
  • SaaS task order delivery (VA eNotifications): provide eNotifications SaaS under NAICS 541519; subscription/service delivery details must be verified in the RFQ package.

Who should bid / who should pass (bullets)

Strong bidders

  • NAICS 236210 construction primes with experience onboarding to base-level ordering vehicles (for the Travis AFB BOA), especially if you can quickly compile qualification documents (verify in attachments).
  • Repair shops with OEM authorization / proven repair pedigree for aircraft components (valve) and turbine-engine-related parts (SEAL, BALANCE) where technical data limitations are explicitly called out.
  • SDVOSB facilities/MRO firms that perform boiler plant control systems PM and can satisfy VA set-aside eligibility (36C24726Q0127).
  • Food service operators with large-venue or institutional operations capability (Smithsonian National Zoo RFP).
  • SaaS providers/integrators aligned to eNotifications-type service delivery and federal task-order compliance (VA TAC eNotifications SaaS).

Likely to pass

  • Firms without data rights/OEM pathways for the SEAL, BALANCE repair where the notice states the Government lacks the data/rights and intends a one-source approach.
  • Repair providers without GSI readiness or inability to accommodate the stated RTAT target (SEAL, BALANCE RFQ).
  • Non-SDVOSBs for the VA boiler plant controls preventive maintenance requirement (set aside for SDVOSB).
  • Food service firms unwilling to operate under an institutional RFP structure (revenue share, minimum hours, and compliance requirements—verify in attachments).

Response package checklist (bullets; if unknown say “verify in attachments”)

  • Cover letter / signed offer (verify in attachments for signature and submission method).
  • Technical or capability narrative mapping your capability to the exact NSN/part number/repair requirements (especially for NAVSUP WSS repairs).
  • Repair quote details (SEAL, BALANCE): quote amount and RTAT; confirm unit vs total price fields as requested.
  • Government Source Inspection readiness statement (SEAL, BALANCE indicates GSI required).
  • Freight/FOB acknowledgement (SEAL, BALANCE states FOB origin and Navy-managed freight per CAV SOW; circuit card assembly repair indicates delivery FOB origin).
  • Representations and certifications (verify in attachments; the SEAL, BALANCE text references annual reps/certs).
  • SDVOSB eligibility documentation (for VA boiler plant control systems PM; verify exact proof required in the RFQ).
  • Past performance references relevant to the service line (construction, PM controls, food service ops, SaaS), formatted as required (verify in attachments).
  • Draft partnership proposal package for NASA: follow the draft announcement instructions (verify in attachments).

Pricing & strategy notes (how to research pricing; do not invent pricing numbers)

  • For repair actions (NAVSUP WSS): build a price basis from your internal repair history for the same NSN/part number (or close variants) and validate assumptions against turnaround time, inspection (GSI), and freight terms (FOB origin; CAV-managed freight for the SEAL, BALANCE RFQ).
  • For sole-source-intent synopses: treat pricing as secondary until you confirm whether the Government will actually compete. Your most valuable deliverable may be a capability statement demonstrating you can legally and technically perform the repair (authorization, tooling, test capability), within the Government’s consideration window stated in the notice.
  • For the construction BOA: research prior task-order pricing patterns at the installation level by pulling analogous Z1EZ/236210 work from your own pipeline and public award histories; then plan for BOA onboarding costs (compliance/admin) separate from per-task pricing (verify ordering terms in attachments).
  • For food service operations: determine whether the RFP structure is fixed-price, concession-based, or another model (verify in attachments). Price strategy should follow the model—e.g., staffing, operating hours, and supply chain assumptions will dominate.
  • For the VA SaaS task order: confirm whether pricing is subscription, tiered usage, or service-based (verify in attachments). Benchmark internally against comparable federal SaaS task orders under NAICS 541519, but align the quote format to the RFQ schedule.

Subcontracting / teaming ideas (bullets)

  • Construction BOA: line up specialty subs early (mechanical/electrical/controls trades) so you can respond quickly to task orders once the BOA is in place (verify specialty expectations in attachments).
  • VA boiler plant controls PM (SDVOSB): SDVOSB prime can team with controls technicians or OEM-authorized service partners for specific control system brands (verify allowed subcontracting structure in the RFQ).
  • Food service ops: consider teaming with local suppliers/distributors and specialty operators (e.g., kiosks/catering support) if the RFP expects multiple venues (verify in attachments).
  • NAVSUP WSS repairs: if you are not the OEM, consider teaming as an authorized repair center or partnering with a holder of the needed technical data/repair approvals—especially where the notice indicates data-rights constraints.
  • VA eNotifications SaaS: if you’re an integrator, team with the platform owner; if you’re the SaaS owner, line up an implementation/support partner to cover delivery (verify scope in attachments).

Risks & watch-outs (bullets)

  • Data rights / reverse engineering limitations: the SEAL, BALANCE notice explicitly says the Government does not own the data/rights and considers buying rights or reverse engineering uneconomical—this can sharply limit who can credibly bid.
  • Sole-source intent: the circuit card assembly repair synopsis indicates intent to solicit sole source to a named firm; if you are not that source, your best play is a tightly written capability statement that addresses why competition is feasible.
  • Inspection burden: SEAL, BALANCE indicates Government Source Inspection; ensure your facility/process can support it without schedule blowback.
  • Schedule churn: the SEAL, BALANCE record reflects multiple offer-due-date extensions and a quantity change—watch amendments closely and confirm the current due date in the active package.
  • Attachment-dependent scope: several notices have no description snippet; do not assume requirements—verify in attachments before you commit bid and capture resources.
  • Set-aside compliance: VA boiler plant controls PM is SDVOSB; eligibility and documentation must be correct or you risk being found nonresponsive.

Related opportunities

How to act on this

  1. Pick your lane today: repair (NAVSUP WSS), facilities PM (VA SDVOSB), construction vehicle onboarding (Travis BOA), food service ops (Smithsonian), SaaS (VA TAC), or NASA partnership drafting.
  2. Open the attachments and confirm scope/submission rules for any notice with missing description (several here require “attachments-first” validation).
  3. For NAVSUP WSS repairs: decide whether you’re submitting a quote (if eligible) or a capability statement aimed at breaking sole-source assumptions.
  4. Build a compliant checklist for each target opportunity and assign an owner for pricing, past performance, and submission packaging.

If you want a fast go/no-go read and a compliant response plan for any of these, consider engaging Federal Bid Partners LLC to help you structure the package, track amendments, and tighten your win themes without guessing at missing requirements.

Related posts