Discover opportunities months before the RFP drops
Learn more →Retrieving RFP details
Starbridge can help you:
Pain points mentioned in board meetings and strategic plans
Instantly outline and draft all requirements
Bring in your USPs and exploit competitor gaps
Starbridge can help you:
Get ahead of RFPs — target accounts planning budget or ending contracts soon
Accounts with contract expirations, meetings mentioning your product, grants, budget changes and more
Starbridge.ai books 30 - 40% of leads into meetings
Premium
Access the largest public sector contact database
Premium
Get complete source documentation & analysis
The U.S. Army (MICC Fort Drum) issued a Combined Synopsis/Solicitation (RFQ W911S226U2410) to procure 30 M-20 Self Contained Self Rescuers (SCSR) for Fort Cavazos (Fort Hood). The procurement is set aside for Small Business, requires vendor submittal of manufacturer specification sheets and product photos, and requests delivery preferably within 30 days of order. The solicitation was posted on 2026-01-08 and bids are due on 2026-01-16 at 17:00 EST; submission and solicitation access are via SAM.gov and the DoD PIEE solicitation module.
Starbridge can help you:
Pain points mentioned in board meetings and strategic plans
Instantly outline and draft all requirements
Bring in your USPs and exploit competitor gaps
Starbridge can help you:
Get ahead of RFPs — target accounts planning budget or ending contracts soon
Accounts with contract expirations, meetings mentioning your product, grants, budget changes and more
Starbridge.ai books 30 - 40% of leads into meetings
No files attached to this RFP.
Many agencies add documentation later or require FOIA requests. Starbridge can automatically retrieve these files for you.
This Combined Synopsis/Solicitation requests 30 M-20 Self Contained Self Rescuers (SCSR) that meet specified safety and performance standards (belt-wearable, automatic demand-regulated oxygen, ~10-minute performance, NIOSH/MSH approval, ≤3.3 lb, 10–140 °F storage range). It is a Total Small Business set-aside posted by the Mission Installation Contracting Command (MICC) Fort Drum on behalf of the Department of the Army, with performance at Fort Cavazos, TX. The solicitation was published on 2026-01-08 and proposals are due 2026-01-16; vendors must provide a photo and manufacturer specification sheet with proposals and access solicitation documents through the PIEE Solicitation Module.
Posted Date
Jan 8, 2026
Due Date
Jan 16, 2026
Release: Jan 8, 2026
Close: Jan 16, 2026
This Combined Synopsis/Solicitation requests 30 M-20 Self Contained Self Rescuers (SCSR) that meet specified safety and performance standards (belt-wearable, automatic demand-regulated oxygen, ~10-minute performance, NIOSH/MSH approval, ≤3.3 lb, 10–140 °F storage range). It is a Total Small Business set-aside posted by the Mission Installation Contracting Command (MICC) Fort Drum on behalf of the Department of the Army, with performance at Fort Cavazos, TX. The solicitation was published on 2026-01-08 and proposals are due 2026-01-16; vendors must provide a photo and manufacturer specification sheet with proposals and access solicitation documents through the PIEE Solicitation Module.
AvailableThis is a Combined Synopsis/Solicitation (RFQ SPMYM126Q4013) for commercial items, prepared under FAR Part 13 using Simplified Acquisition Procedures; it constitutes the only solicitation. The Defense Logistics Agency (DLA) / DLA Maritime (for Norfolk Naval Shipyard) requests new items (no refurbished or used) under a Total Small Business Set-Aside (NAICS 335314). The solicitation includes contact information for the contracting point of contact (Sheree McDonnell) and an attached combined synopsis document with solicitation terms and response instructions.
Posted Date
Jan 6, 2026
Due Date
Jan 12, 2026
Release: Jan 6, 2026
Close: Jan 12, 2026
This is a Combined Synopsis/Solicitation (RFQ SPMYM126Q4013) for commercial items, prepared under FAR Part 13 using Simplified Acquisition Procedures; it constitutes the only solicitation. The Defense Logistics Agency (DLA) / DLA Maritime (for Norfolk Naval Shipyard) requests new items (no refurbished or used) under a Total Small Business Set-Aside (NAICS 335314). The solicitation includes contact information for the contracting point of contact (Sheree McDonnell) and an attached combined synopsis document with solicitation terms and response instructions.
This is a Combined Synopsis/Solicitation (SPE7L126T8175) issued by Defense Logistics Agency (DLA) Land and Maritime. It was posted on January 1, 2026, with offers due by January 12, 2026, and is set aside for Total Small Business. The solicitation involves delivering torsion bars to the Lithuanian Armed Forces.
Posted Date
Jan 1, 2026
Due Date
Jan 12, 2026
Release: Jan 1, 2026
Close: Jan 12, 2026
This is a Combined Synopsis/Solicitation (SPE7L126T8175) issued by Defense Logistics Agency (DLA) Land and Maritime. It was posted on January 1, 2026, with offers due by January 12, 2026, and is set aside for Total Small Business. The solicitation involves delivering torsion bars to the Lithuanian Armed Forces.
AvailableNSWCDD (Naval Surface Warfare Center Dahlgren Division) issued a combined synopsis/solicitation (RFQ N0017826Q6658) to procure one-year post-warranty third-party onsite hardware maintenance for HP JF 4200 series 3D printers and associated processing/build units. The procurement will be awarded on a firm fixed-price basis using Simplified Acquisition Procedures with evaluation by Lowest Price Technically Acceptable (LPTA). Place of performance is Dahlgren, VA and offers must include OEM authorization documentation; SAM registration is required.
Posted Date
Jan 5, 2026
Due Date
Jan 12, 2026
Release: Jan 5, 2026
Close: Jan 12, 2026
NSWCDD (Naval Surface Warfare Center Dahlgren Division) issued a combined synopsis/solicitation (RFQ N0017826Q6658) to procure one-year post-warranty third-party onsite hardware maintenance for HP JF 4200 series 3D printers and associated processing/build units. The procurement will be awarded on a firm fixed-price basis using Simplified Acquisition Procedures with evaluation by Lowest Price Technically Acceptable (LPTA). Place of performance is Dahlgren, VA and offers must include OEM authorization documentation; SAM registration is required.
Surface intent from meeting minutes, budgets, and contract expirations. Influence RFP requirements before competitors ever see them.
See your top 10 upcoming opportunities on a demo →Premium
Access the largest public sector contact database
Premium
Get complete source documentation & analysis