Skip to content
← Back to blog

Deadlines-soon watchlist: what to pursue (and what to skip) from today’s federal notices

Feb 09, 2026Casey BennettFederal Programs Researcher5 min readdeadlines soon
federal contractingdeadlinesrfqbpasole sourcematocGSANASADLAUSACE
Opportunity snapshot
Translation and Interpretation Services BPA
STATE, DEPARTMENT OFSTATE, DEPARTMENT OFSet-aside: NONENAICS: 541930PSC: R608
Posted
2026-02-08
Due
2026-02-08T16:00:00+00:00

Related opportunities

Executive takeaway

This batch is a mix of (1) truly actionable RFQ-style buys with immediate due dates, (2) pre-solicitations/draft activity that is not ready for proposals, and (3) explicit sole-source/brand-name intent notices where most firms should conserve bid resources unless they can credibly challenge the sole-source rationale. The only item here that clearly signals an upcoming competitive window is the State Department’s planned Translation and Interpretation Services BPA (solicitation expected later). NASA’s NextSTEP-3 Appendix B notice is planning information and explicitly says no proposals should be submitted to that notice.

What the buyer is trying to do

GSA: 2022 light vehicles (sedans/light trucks/SUVs)

This appears to be an automotive procurement under NAICS 336110 and PSC 2310 tied to a specific solicitation number. The opportunity record shows a response deadline that does not align with the posted date, so treat timing as a data integrity flag and confirm the live solicitation status at the source link.

NASA: Moon to Mars NextSTEP-3 Appendix B, Architecture Studies (draft / industry day materials)

NASA is posting industry day materials and a draft solicitation notice for NextSTEP-3 Appendix B, focused on recurring calls for architecture studies (infrastructure, transportation, habitation, mission CONOPS, and lunar/mars mission science capabilities). NASA indicates intent to establish a MATOC with firm-fixed-price task orders and milestone payments; only MATOC holders compete for directed-topic calls, while “open-topic” opportunities may result in standalone FFP contracts to qualified organizations.

DLA: VALVE, GLOBE (NSN procurement)

DLA is buying a specific NSN globe valve with approved sources listed and an RFQ posted electronically. Drawings/specs are not available, which is typical for certain NSN buys. If you are not an approved source (or cannot legally supply the approved part), this can be a non-starter.

USACE: Fort Gibson Station Service 480V switchgear replacement

A construction/electrical replacement requirement is posted with minimal detail in the snippet; scope, phasing, outage windows, and technical requirements likely live in the solicitation/attachments.

NAVSUP WSS: CCA RS-485/RS-422 repair/modification

A fixed-price repair purchase order type action for a CCA (electronics). The snippet indicates inspection/test plan data items (A001/A002) may be waived if already on file, and there is a one-year warranty language referenced. The amendment note indicates quantity was increased.

U.S. Embassy Algiers: Translation and Interpretation Services BPA (pre-solicitation)

The embassy plans to establish a BPA for expert-level translation and interpretation between English, Arabic, and French, including written translation and consecutive/simultaneous interpretation (on-site or remote). The notice states no documents will be available until the solicitation is issued, with an expected issuance and close window in the future.

DLA: Clutch, fan, engine

Item buy under NAICS 336350 / PSC 2930 with no detail in the snippet—expect the RFQ/solicitation package to be the primary source for part numbers, source restrictions, and delivery requirements.

NNSY: Hose, tubing (brand-name / sole-source notice)

NNSY signals an upcoming RFQ for a brand-name, sole-source requirement for Randolph Austin Company P/N PC050075 with “no substitutes allowed.” It also explicitly states it is not a solicitation yet.

USCG SFLC: CGC Maple thruster system field service (notice of intent to sole source)

USCG SFLC is announcing intent to sole-source a firm-fixed-price commercial-item contract for service to specific thruster drive and generator exciter equipment and system, citing FAR 13.106-1(b)(1). The notice is informational, not a solicitation, and invites responses only if you can provide “clear, compelling and convincing evidence” competition would be advantageous.

What work is implied (bullets)

  • Provide compliant quotes/proposals under RFQ/RFP procedures where a live solicitation exists (verify availability at each notice link).
  • For NSN/parts buys: source the exact approved item(s) and meet quantity/delivery requirements (e.g., DLA globe valve NSN line item; Navy hose brand-name P/N PC050075 if/when solicited).
  • For electrical replacement work: plan for switchgear replacement execution, submittals, scheduling, and potential outage coordination (details to confirm in the USACE solicitation package).
  • For electronics repair/modification: execute repair work under fixed-price terms, comply with inspection/testing requirements, and meet delivery/warranty provisions (as specified in the NAVSUP WSS package).
  • For language services BPA: demonstrate expert proficiency across English/Arabic/French and the ability to deliver written translation plus consecutive/simultaneous interpretation on-site or remotely (per call/order under the BPA).
  • For NASA architecture studies: prepare for MATOC positioning (to compete for directed-topic calls) and monitor for open-topic opportunities that could award to non-MATOC holders (per NASA’s description).

Who should bid / who should pass (bullets)

Who should bid

  • Language service providers with proven English/Arabic/French capability and the operational capacity for on-site and remote interpretation (for the Embassy Algiers BPA once issued).
  • Electrical contractors with switchgear replacement experience who can quickly digest a solicitation package and meet tight turnaround (for the Fort Gibson 480V switchgear replacement—verify details in attachments).
  • Approved manufacturers/distributors (or authorized supply chain) for the DLA globe valve NSN with the exact approved sources/part identifiers listed.
  • Qualified repair depots for the NAVSUP WSS CCA repair/modification requirement who can comply with required inspection/test plan expectations and warranty terms stated in the solicitation.

Who should pass (or de-prioritize)

  • Firms without the brand authorization/approved source status for the Navy hose requirement described as “no substitutes allowed,” unless you can meet the brand-name requirement exactly.
  • Most firms for the USCG thruster system field service NOI, unless you can credibly demonstrate you can service the specified equipment/systems and meaningfully support competition.
  • Any bidder planning to submit a proposal to the NASA industry-day/draft notice itself—the notice explicitly says it is not a request for proposal and no proposals are to be submitted in response to that notice.
  • Anyone relying on the displayed deadline without validating it at the source (notably the GSA light vehicles record shows a deadline that predates the posted date in this dataset).

Response package checklist

  • Completed pricing schedule and delivery lead time (verify in attachments/solicitation).
  • Technical compliance statement for exact part number/NSN/approved source (for parts buys; verify in solicitation).
  • Evidence of authorization/approved-source eligibility where required (verify in solicitation).
  • Past performance references relevant to the requirement type (construction/electrical, repair, language services) (verify in solicitation).
  • Quality/inspection/test plan data items as required (NAVSUP WSS indicates A001/A002 may be waived if already on file—verify in attachments).
  • Warranty terms acknowledgment (NAVSUP WSS snippet references one-year warranty; verify in solicitation).
  • For BPA language services: translator/interpreter qualifications and demonstrated proficiency across English/Arabic/French (verify in solicitation when released).
  • Any required representations/certifications and invoicing/payment instructions (verify in attachments).

Pricing & strategy notes

  • Start with the acquisition type. RFQs for NSNs/parts often hinge on exact-source compliance and delivery; price competitiveness matters, but only after technical/source acceptability is clear.
  • Use the notice specifics to guide research. For NSN buys (e.g., the DLA valve), research historical awards for the same NSN and the same approved sources, then validate current supply chain availability and lead times.
  • For construction/electrical work, pull the solicitation drawings/specs (if provided), identify outage/mission constraints, and build a risk-adjusted schedule before finalizing price.
  • For the Embassy BPA, plan a pricing structure that supports multiple ordering scenarios (written translation, consecutive vs. simultaneous interpretation, remote vs. on-site). Wait for the solicitation to confirm evaluation approach and deliverable definitions.
  • For sole-source/brand-name notices, pricing is usually irrelevant unless you are the intended source or can legitimately support a competition argument. Spend time validating whether the agency will consider alternates (the NNSY notice says “no substitutes allowed”).

Subcontracting / teaming ideas

  • For the Embassy language BPA: team translation (document workflows, QC/editing) with interpretation capacity for on-site events and simultaneous support, including remote delivery capability.
  • For switchgear replacement: consider teaming an electrical prime with specialty switchgear technicians and testing/commissioning support (as required by the solicitation; verify in attachments).
  • For NASA architecture studies: potential teaming between systems engineering, mission architecture, and specialty domain SMEs aligned to infrastructure/transportation/habitation/CONOPS topics described (final scope and calls to be verified in the final solicitation and subsequent calls).

Risks & watch-outs

  • Deadline/date conflicts: The GSA light vehicles record shows a response deadline earlier than the posted date in this dataset—confirm the live status and actual due date at the notice URL.
  • “Not a solicitation” traps: Several notices explicitly state no quotes/offers should be submitted yet (NASA draft/industry day materials; NNSY hose notice). Don’t burn bid time before a real solicitation is issued.
  • Sole-source barriers: USCG’s NOI and NNSY’s brand-name/no-substitutes posture significantly limit competition; respond only if you have a defensible capability/authorization basis.
  • Approved-source limitations: DLA valve buy lists approved sources; if you can’t supply those, your quote may be non-responsive.
  • Missing specs/drawings: DLA valve notice indicates specs/drawings not available; ensure your internal part identification is rock-solid before quoting.
  • Electronics repair complexity: NAVSUP WSS repair/modification actions can include inspection/testing/documentation requirements—verify exactly what must be submitted and what can be waived.

Related opportunities

How to act on this

  1. Open each notice link and confirm whether a live solicitation/RFQ is actually posted (several entries here are informational only).
  2. For any live RFQ: confirm source/brand restrictions, quantities, and delivery requirements before building pricing.
  3. For the Embassy BPA: calendar the expected solicitation release and prepare language qualifications, sample deliverables, and staffing plan so you can respond quickly once documents drop.
  4. If you’re unsure whether to bid, want a fast compliance read, or need teaming support, engage Federal Bid Partners LLC to help shape a practical bid/no-bid decision and a response plan.

Related posts