GovTribe Blog

Top 20 Federal Contracting Opportunities in March 2026

Written by GovTribe | Mar 3, 2026 3:23:40 AM

GovTribe studied data from over 260,000 unique users and millions of interactions to uncover trending opportunities in the federal market heading into March 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. ACC-APG Special Announcement: MAPS and Industry Update

Posted by: Department of the Army | NAICS: 541330 | PSC: R425

The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is procuring professional services through the Marketplace for the Acquisition of Professional Services (MAPS), a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract that consolidates ACC-APG's Responsive Strategic Sourcing for Services (RS3) and the Digital Market's Information Technology Enterprise Solutions-3 Services (ITES-3S) vehicles. The contract covers five service domains: Technical Services (NAICS 541330), Management and Advisory Services (NAICS 541611), Research Development Testing and Evaluation Services (NAICS 541715), Emerging IT Services (NAICS 541512), and Foundational IT Services (NAICS 541519). Qualification requirements include active SECRET facility clearance, ISO 9001:2015 or ISO 9001:2013 certification, CMMC Final Level 2 certification or higher, and acceptable CPARS performance ratings. Evaluation criteria emphasize past performance across three qualified projects, assessing recency, relevance to technical capabilities, NAICS alignment, performance quality, contract dollar value, vacancy rates, and time-to-fill metrics, with supplementary evaluation of approved systems, agreements, and certifications. The proposal due date is March 4, 2026, with award expected in June 2026, and the solicitation was released on February 2, 2026; questions regarding Draft 4 were due by January 27, 2026 at 2:00 PM EST.

MAPS includes socioeconomic set-asides with approximately 50 awardees per domain distributed across 15 Large Business awards, 10 Commercial-Sector Vendor awards, and 25 Small Business awards per domain, with specific carve-outs for Women-Owned Small Businesses (4), Service-Disabled Veteran-Owned Small Businesses (3), HUBZone firms (3), Small Disadvantaged Businesses (5), and 8(a) firms (5). No incumbent contractors are identified in this announcement. The contract has a base ordering period of five years with one optional five-year extension available for a maximum 10-year contract term, with a minimum guarantee of $500 per awarded contractor for establishing a vendor page in the Digital Market portal and no stated maximum ordering value. The solicitation anticipates awarding approximately 100 total contracts across the five domains. Place of performance is Aberdeen Proving Ground, Maryland 21005, USA, with proposals to be submitted via the Digital Market Portal at https://chess.army.mil/proposal/default/index.

 

3. IT Systems Engineering/Operations & Maintenance Support RFI

Posted by: Office of Procurement Operations | NAICS: 541511 | PSC: DF01

The Department of Homeland Security (DHS) Science and Technology (S&T) Directorate, Office of the Chief Information Officer (OCIO), is seeking qualified contractors to provide Systems Engineering and Operations & Maintenance Support services through this Request for Information (RFI). The government is conducting market research to identify contractors capable of delivering comprehensive IT support across five key service areas: cloud integration and management with FedRAMP compliance, artificial intelligence solutions for IT service management, IT asset management and automation, remote support and customer experience delivery in federal environments, and surge and transition support with minimal operational disruption. Contractor personnel must comply with DHS Enterprise Architecture standards, ITIL Service Management Framework (Version 4), and federal security regulations including NIST SP 800-37 and 800-53 guidance. The program manager position requires Top Secret/Sensitive Compartmented Information (TS/SCI) clearance with 100% dedication. Responses to the RFI are due February 17, 2026, at 10:00 AM, and interested parties must submit detailed capability statements addressing all RFI questions to Contracting Officer LeShanna Calahan and Contract Specialist Mariaah Daniel. A joint industry day will be held on March 2, 2026, from 9:30 a.m. to 12:00 noon ET, and written questions must be submitted by February 18, 2026, at 2:00 PM.

This is a pre-solicitation RFI with no set-asides, and responses are not binding on the government, which may or may not issue a formal solicitation. The current work is being performed by Silosmasher, Inc., under a Blanket Purchase Agreement (70RSAT22A00000001) awarded against GSA Schedule GS35F0255X, expiring July 31, 2026. The government currently manages approximately 35 distinct IT systems supporting approximately 2,000 S&T staff across headquarters in Washington, D.C., and multiple laboratory locations (New York, New Jersey, Maryland, Alabama, and Florida), with 2,500 current endpoints anticipated to grow to over 4,000+ endpoints. The contract will support three cloud-based deployments and multiple General Support Systems networks across the laboratory operations. The anticipated contract period consists of a 12-month base period followed by three optional 12-month periods, for a potential total of four years. Respondents must identify their socio-economic status, recommend applicable NAICS codes, and indicate whether they hold Best-in-Class vehicles such as 8(a) STARS III, Alliant 2, VETS 2, POLARIS, NITAAC, or GSA MAS contracts.

 

4 SIRCE II FDA Office of Acquisition and Grant Services
5 DA01--Health Services DevSecOps, NEW CONTRACT (VA-26-00011357) VA Technology Acquisition Center
6 One Acquisition Solution for Integrated Services Plus (OASIS+) Unrestricted Continuously Open Solicitation Accelerated Transformation of Legacy Applications and Systems (ATLAS) Challenge Based Acquisition (ChBA) Technical Center
7 MCAS YUMA ENCAMPMENT SERVICES Marine Corps
8 FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement FEMA Preparedness Section
9 Missile Defense Agency (MDA) SHIELD Multiple Award IDIQ Contract Missile Defense Agency
10 Support Services for Division of Field Studies (DFSE) and the National Institute for Occupational Safety and Health (NIOSH) Industry and Occupation Coding System CDC Office of Acquisition Services
11 Low-Code/No-Code (LCNC) Application Ecosystem for Army Logistics and Finance ACC Rock Island
12 DC01--Infrastructure Operations Franchise Fund Support Services VA Technology Acquisition Center
13 EVALUATION-DRIVEN ARTIFICIAL INTELLIGENCE DEVELOPMENT AND DELIVERY SUPPORT FOR MISSION-CRITICAL DATA WORKFLOWS Naval Sea Systems Command
14 RFI/SSN for NCIS DBD IT Support Services (ITSS) Naval Supply Systems Command
15 J079--Durable Medical Equipment (DME) Cleaning & Janitorial Services Veterans Integrated Service Network 21
16 One Acquisition Solution for Integrated Services Plus (OASIS+) Unrestricted Continuously Open Solicitation Federal Acquisition Service
17 Information Technology (IT) Services and Support ACC Rock Island
18 7A20--Agentic AI (VA-25-00075915) (VA-25-00104844) Smithsonian Institution VA Technology Acquisition Center
19 Manufacturing Execution System Modernization Operations and Enterprise IT Support Bureau of Engraving and Printing
20 Grounds Maintenance Air Combat Command


Want opportunities tailored to your business?

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.

 

About GovTribe

GovTribe is the leading 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.