GovTribe studied data from over 260,000 unique users and millions of interactions to uncover trending opportunities in the federal market heading into April 2026.
Let’s start by diving into the top three.
Posted by: Office of the Assistant Secretary for Administration | NAICS: 541511 | PSC: DA01
The U.S. Department of Health and Human Services Office on Women's Health is conducting market research to identify qualified vendors capable of providing comprehensive website design, development, operations, and maintenance support for WomensHealth.gov, a Government-Owned, Contractor-Operated digital platform. Required capabilities include website operations and maintenance through content management system support and performance monitoring, agile web development encompassing front-end and back-end programming and API development, user experience design with Section 508 accessibility compliance, audience research and user testing, and digital communications support for outreach campaigns and virtual events. Vendors must demonstrate expertise in federal digital services delivery, agile software development methodologies in federal environments, cloud-hosted web operations, federal web governance, and data analytics. This is a Sources Sought Notice for market research purposes only, and no contract will be awarded based on this notice; however, responses will inform the Government's acquisition strategy. Interested vendors must submit capability statements not exceeding 10 pages to Contracting Officer Cynthia Gray at Cynthia.Gray@hhs.gov by March 20, 2026, with questions due by March 9, 2026.
This opportunity carries no small business set-aside designation. The anticipated contract is classified under NAICS code 541512 with a size standard of $34 million and is structured as a Government-Owned, Contractor-Operated engagement. The contract is projected to include one 12-month base period with four 12-month option periods, providing a potential maximum performance duration of five years. No incumbent contractor or current service provider information has been identified in the notice. The Government will not be responsible for any costs incurred by vendors in preparing and submitting responses to this market research notice, emphasizing that this is an informational inquiry to assess vendor capabilities and availability prior to formal solicitation.
Posted by: Department of Defense | NAICS: Not listed | PSC: Not listed
The Department of Defense is hosting the 2026 APG Advance Planning Briefing to Industry (APBI) on April 21-22, 2026, at Aberdeen Proving Ground in Maryland. This Special Notice, posted on December 22, 2025, with a due date of April 30, 2026, serves as a save-the-date announcement for industry stakeholders interested in learning about the organization's future contracting landscape. The APBI is a non-competitive, informational event designed to provide industry with visibility into potential contracting opportunities aligned with APG's mission areas and strategic initiatives for Fiscal Years 2028-2029. The event will be held as a hybrid format, offering both in-person attendance at APG and virtual participation via Microsoft Teams. The government explicitly notes that it will not solicit formal bids at this event; rather, the briefing is intended to help industry stakeholders understand Army capability requirements and shape their internal development efforts accordingly.
The primary objective of the 2026 APBI is to foster collaboration between government and industry by showcasing upcoming contracting opportunities and enabling strategic planning and partnership development. Contract opportunity briefing slides were anticipated for electronic posting in February 2026, and industry participants were requested to provide feedback on their preferred contract opportunities by March 20, 2026, through survey links distributed across multiple APG organizational components including JPEO CBRND, CPE ISW, CPE C2IN, ATEC, DEVCOM C5ISR Center, and CPE ST3. The event will feature traditional contract opportunity briefings, strategic initiatives discussions, and small business highlights, with potential special interest sessions at Mallette Training Facility to be detailed at a later date. No specific eligibility restrictions are imposed; the briefing is open to industry stakeholders seeking to align their capabilities with Army contracting needs. Opportunities discussed span diverse mission areas including cyber defense, chemical and biological defense, command and control systems, testing and evaluation support, simulation and training, and facility sustainment services, with estimated values ranging from several million to several hundred million dollars.
Posted by: ACC Rock Island | NAICS: Not listed | PSC: Not listed
Army Contracting Command - Rock Island, on behalf of Product Lead Acquisition, Logistics and Technology Enterprise Services (PL ALTESS), is seeking capability statements from industry sources regarding Information Technology (IT) Services and Support. The procurement encompasses comprehensive managed IT services including infrastructure, platform, application services, and cybersecurity support across Army Enterprise Data Centers (CONUS and OCONUS) and commercial cloud environments. Key contract requirements include staffing approximately 163 full-time equivalents, providing 24/7/365 operations center support, maintaining security clearances at the Secret level or higher, and supporting multiple Department of Defense and federal agencies. The government will evaluate contractor capabilities across areas including automation and DevOps capabilities, surge capacity, personnel availability, security clearance processes, subcontractor management, and past performance in similar IT service delivery. Critical deadlines include questions due by February 12, 2026, with Q&A responses provided by February 23, 2026, and capability statements due by March 17, 2026, at 5:00 PM Eastern Standard Time.
This Request for Information (RFI) employs no specific set-aside designation and is available to full and open competition, though the government is evaluating the potential for small business set-asides pending market research analysis. IBM is identified as the current incumbent contractor. The estimated contract value is not explicitly stated in the pre-solicitation materials, though the requirement encompasses an estimated 163 to 209 full-time equivalent positions across multiple service areas. The contract structure is anticipated to be a Time and Materials Indefinite Delivery/Indefinite Quantity vehicle with a base period from September 14, 2027, to September 13, 2028, followed by four optional 12-month renewal periods, extending the potential performance period through September 2032. The primary place of performance is Radford Army Ammunition Plant in Radford, Virginia, with provisions for potential staffing at additional CONUS and OCONUS locations. The applicable North American Industry Classification System (NAICS) code is 541512 with a small business size standard of $27.5 million.
With a GovTribe free trial, you’ll get powerful search tools and personalized recommendations to surface the right opportunities quickly—along with the competitive intel you need to win them.
GovTribe is the leading market intelligence platform that helps contractors win government opportunities faster. With advanced AI capabilities and proprietary buyer intelligence, GovTribe delivers tailored, research-grade insights on the deals, decision makers, and trends your team needs to win across federal, state, and local government. Customers report up to 3x pipeline growth and 50% higher-quality opportunities.