GovTribe studied data from over 260,000 unique users and millions of interactions to find the top...
Top 20 Federal Contracting Opportunities in February 2026
GovTribe studied data from over 260,000 unique users and millions of interactions to uncover trending opportunities in the federal market heading into February 2026.
Let’s start by diving into the top three.
1. Air Force Research Laboratory (AFRL) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ)
Posted by: Air Force Research Laboratory | NAICS: 541715 | PSC: AC13
The Air Force Research Laboratory (AFRL) is soliciting proposals for a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) vehicle to support diverse Science and Technology (S&T) requirements across air, space, cyberspace, and cross-cutting technology domains. This full and open competition will be evaluated under FAR Part 15 procedures, with awards made to responsible offerors whose proposals conform to requirements without discussions. Evaluation will focus on two primary factors: Technical Experience, requiring offerors to demonstrate a validated cumulative score of at least 1,000 points across four Areas of Interest (Air Domain Technologies, Space Domain Technologies, Cyberspace/Electronic Warfare Domain Technologies, and Cross-Cutting Domain Technologies comprising 54 distinct technical areas), and the Small Business Participation Commitment Document (SBPCD). Eligible participants include large businesses, small businesses, joint ventures, universities, and non-profit organizations; however, foreign firms and U.S. companies under Foreign Ownership, Control, or Influence (FOCI) are prohibited unless they have approved mitigation plans. Proposals must be submitted electronically via the Enterprise Portal no later than February 27, 2026, at 5:00 PM Eastern Standard Time, with a 180-day validity period.
This solicitation employs a partial set-aside competition structure with separate pools for Unrestricted and Small Business offerors, with no specific incumbent contractors identified in the notice. The estimated maximum combined dollar value for all awarded contracts is $10,000,000,000, with the contract structured as a five-year base period plus three optional one-year extensions, during which future requirements and deliverables will be determined by the Contracting Officer through written task orders with values ranging from a guaranteed minimum of $500 per awardee to unspecified amounts based on actual AFRL needs. The IDIQ vehicle contains no pre-established fixed contract prices, and individual task orders will utilize various pricing arrangements including Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) determinations. The procurement is classified under NAICS code 541715 (Research and Development in the Physical, Engineering, and Life Sciences) with a small business size standard of 1,000 employees and falls under Product Service Code AC13. Performance will take place at Wright-Patterson Air Force Base, Ohio 45433, where AFRL Procurement Headquarters is located at 1864 4th Street, Building 15.
2. FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
Posted by: FEMA Preparedness Section | NAICS: 541611 | PSC: R408
The Federal Emergency Management Agency's Continuous Improvement Division is soliciting a single-award Blanket Purchase Agreement through the GSA Multiple Award Schedule for Disaster Continuous Improvement Support Services. This unrestricted procurement is open to firms with an active GSA MAS under NAICS 541611 (Administrative Management and General Management Consulting Services) and seeks to provide enterprise program and technical support services including program management, data collection, analysis, product development, training, systems support, disaster readiness, and after-action reviews. The contract will utilize various labor categories across roles such as Program Managers, Project Leads, Systems Engineers, and Analysts, with specific key personnel requirements mandated by the government. Contractors must provide a complete GSA solution without open-market services and will be evaluated based on technical merit and pricing capabilities outlined in the solicitation documents. Critical deadline dates include Phase One vendor questions due by January 16, 2026, at 12:00 PM ET, and quotation submissions due by February 13, 2026, at 12:00 PM ET.
The procurement carries no set-aside designation and has an estimated total value of $41,500,000 inclusive of options, structured as a five-year contract with a 12-month base period and four optional 12-month extension periods running through May 2030. No incumbent contractor information is provided in the solicitation documents. The pricing will operate on a hybrid time-and-materials and fixed-price basis, with travel expenses ranging from approximately $162,000 to $238,000 per contract period and a constant $500 allocation for other direct costs. The place of performance is Washington, DC, USA. Interested firms should direct inquiries to the Contracting Officer, Gregory Crouse, at gregory.crouse@fema.dhs.gov and should carefully review all attachments including the Performance Work Statement, Quality Assurance Surveillance Plan, and Technical Project Scenarios before submitting responses.
3. Missile Defense Agency (MDA) SHIELD Multiple Award IDIQ Contract
Posted by: Missile Defense Agency | NAICS: 541715 | PSC: AC13
The Missile Defense Agency is procuring research and development services across 19 work areas through the Scalable Homeland Innovative Enterprise Layered Defense (SHIELD) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle. The solicitation seeks to establish a long-term enterprise flexible vehicle that will enable MDA and other Department of Defense entities to rapidly issue task and delivery orders for various research, development, and related services spanning science and technology, cybersecurity, prototyping, systems engineering, and other technical domains. Offerors must demonstrate recent and relevant corporate experience in a minimum of two but no more than three designated work areas, with experience required at the prime contractor level or, for small businesses, at the first-tier subcontractor level. Proposals were evaluated against criteria including corporate experience, subcontracting plans, and other technical factors specified in the solicitation documents. The question submission deadline was September 15, 2025 at 3:00 p.m. Central Daylight Time, with proposals due by October 10, 2025 at 4:00 p.m. Central Daylight Time.
This solicitation is set-aside for full and open competition with no specific small business set-aside designation at the IDIQ level, although individual task orders will be evaluated for potential small business set-aside opportunities. The contract has an anticipated maximum value of $151 billion with a 10-year period of performance consisting of a base ordering period and one or more optional ordering periods. Multiple awards have been made in staggered tranches beginning in December 2025, with a total of 2,440 companies awarded IDIQ contracts as of January 15, 2026, including major defense contractors such as Lockheed Martin, Northrop Grumman, BAE Systems, General Dynamics, Booz Allen Hamilton, and numerous smaller specialized technology and engineering firms. The contract utilizes NAICS code 541715 (Research and Development in Physical, Engineering, and Life Sciences) and employs various contract types across different technical disciplines. Task and delivery orders will be competed under fair opportunity procedures, with contract holders notified of opportunities as the Government transitions to the ordering phase through market research and Fair Opportunity Proposal Requests.
Want more?
Explore these opportunities in more depth with a GovTribe free trial, and you'll also get instant access to the data and tools you need to:
- Find winnable work
- Understand your market
- De-risk and grow pipeline
- Identify the right partners
- Influence buyers early
- Stay ahead of competitors
- Build defensible strategies
- Write winning proposals
About GovTribe
GovTribe is a market intelligence platform that helps contractors win government opportunities faster. With leading 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.