GovTribe studied data from over 260,000 unique users and millions of interactions to uncover trending opportunities in the federal market heading into May 2026.
Let’s start by diving into the top three.
Posted by: ACC Warren | NAICS: 541519 | PSC: R423
The U.S. Army Contracting Command-Detroit Arsenal, on behalf of the U.S. Army Intelligence and Security Command (INSCOM), is soliciting proposals for Intelligence and Automation Operations support services under solicitation W50NH9-26-R-A002. The contractor shall provide comprehensive operational intelligence integration and data-centric support to the Data Capabilities Division, including all necessary personnel, supervision, and non-personal services across five primary task areas: cross-domain solutions and digital content management, data integration and messaging systems, operations support, access management, and IT operations support. Key requirements include possession of a TOP SECRET facility clearance, Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Attestation, and the ability to staff four critical team lead positions—Dissemination Specialist, Mission Trainer, Intelligence Solutions Integrator, and Data Integration Team Lead. Evaluation will be conducted using a best-value trade-off approach, with the Staffing Plan Factor designated as significantly more important than the Price Factor; the Government will assess proposals for staffing plan quality, pricing reasonableness, proposal completeness, and absence of unbalanced pricing. The deadline for questions was 25 March 2026 at 9:00 AM EST, and the current proposal submission deadline is 1 May 2026 at 9:00 AM EST via DoD SAFE, with proposals required in three volumes covering staffing plan, pricing, and administrative documentation.
This is a 100% Small Business Set-Aside procurement under NAICS code 541519 with a $34 million size standard, structured as a Firm Fixed Price Level of Effort contract for labor combined with cost-reimbursable Other Direct Costs. The contract encompasses an estimated 488,994 total hours, with 88,908 hours allocated annually across a base period from 1 August 2026 through 31 July 2027 and four optional one-year extension periods extending through 31 January 2032. Performance will be conducted at multiple locations including INSCOM Nolan Building at Fort Belvoir, Virginia; Fort Liberty, North Carolina; Joint Base Lewis-McChord, Washington; and Fort Huachuca, Arizona. All contractor personnel must maintain Top Secret/Sensitive Compartmental Information security clearances with ability to obtain SI-G, TK, KLM-R, HCS, and NATO SECRET access, with the Government funding and administering required CI polygraph examinations. No incumbent contractor or current contract value range has been identified in the solicitation materials.
Posted by: US Special Operations Command | NAICS: 541611 | PSC: RF99
The United States Special Operations Command (USSOCOM) is seeking to procure comprehensive professional services through a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract designated SOF Global Services Delivery (SOFGSD). The services encompass education and training, management support, program management, engineering and technical services, and professional and administrative support to USSOCOM enterprise operations across domestic and overseas locations. Offerors must demonstrate capability across thirteen specified labor categories with varying experience and security clearance requirements, including positions such as Intelligence Analysts, Linguists, Data Managers, and Cyber Operational Planners, all requiring Top Secret security clearances or equivalent. The evaluation will employ a Highest Technically Rated Offer (HTRO) approach with scoring across seven categories totaling 16,850 points, measuring personnel capacity on work samples, concurrent geographic performance, hiring velocity, labor category coverage, statement of work alignment, retention rates, and past performance through CPARS ratings. The Government contemplates awarding contracts to the top fifteen highest-scored eligible offerors. Proposals must be submitted electronically through the Symphony Procurement Suite at https://ussocom-sofgsd.app.cloud.gov/ by May 13, 2026, at 1:00 PM Eastern Time, with all submissions containing classified information directed to the Contracting Officers Sherri Ashby or Ashley Watson through appropriate classified channels.
This procurement is designated as a 100 percent Small Business Set-Aside under NAICS code 541611 with a small business size standard of $24.5 million in annual receipts, with no current incumbents identified in the solicitation materials. The IDIQ contract has a maximum total value of $2.65 billion across all prime contracts over a seven-year ordering period from September 2, 2026, through September 1, 2031, with five contract line items available for both the base period and two option years covering Labor Hour ($981 million), Time and Materials ($929 million), Firm Fixed Price ($375 million), Cost No Fee ($325 million), and Cost-Plus Fixed Fee ($150 million) arrangements. All awardees will receive an initial task order valued at $2,500 for attendance at a post-award conference within 90 calendar days. Performance will take place at HQ USSOCOM located in Tampa, Florida, with subordinate component commands and Theater Special Operations Commands at various domestic and overseas locations supporting standard 40-hour work weeks with core command hours of 9:00 AM to 3:00 PM. Offerors must satisfy rigorous cybersecurity requirements including CMMC Level 2 certification and maintain adequate accounting systems, financial capacity with a minimum $2 million line of credit, and appropriate facility security clearances at the Top Secret level.
Posted by: Department of the Army | NAICS: Not listed | PSC: Not listed
The 2026 APG Advanced Planning Briefing to Industry (APBI) is a Special Notice published by the Department of the Army announcing a comprehensive industry engagement event scheduled for April 21-22, 2026, at Aberdeen Proving Ground in Maryland. This hybrid event combines in-person and virtual attendance options to enable industry stakeholders to learn about the Army's anticipated contracting landscape for Fiscal Years 2028-2029. The APBI is not a competitive solicitation and the government will not accept formal bids during the event; rather, it serves as an informational forum for the Army to brief industry on upcoming opportunities, strategic initiatives, and small business highlights. Multiple Army organizations participate, including the Capability Program Executive offices for Intelligence and Spectrum Warfare, Command and Control Integrated Network, Simulation Training and Threat Systems, and Chemical Biological Radiological Nuclear Defense, along with CECOM, DEVCOM C5ISR Center, Army Test and Evaluation Command, and other mission partners. The event was originally posted on December 22, 2025, with a due date of April 30, 2026, and has been updated multiple times with registration information and supporting materials.
The purpose of the APBI is to foster collaboration between government and industry by providing strategic planning visibility into the Army's future contracting needs while helping industry understand capability requirements and prepare competitive responses to emerging solicitations. Key deadlines included a March 20, 2026, deadline for industry feedback surveys ranking preferred contract opportunities for deeper one-on-one discussions during the event, and Eventbrite registration through April 6, 2026, for in-person attendance (virtual attendance required no registration). Contractor eligibility is open to all interested industry participants, with particular emphasis on small business participation across multiple small business categories. The briefing materials released on April 27, 2026, encompass hundreds of contract opportunities across multiple portfolio areas, including major programs such as the Versatile Engineering, Cyber, Testing, and Operational Readiness (VECTOR) Services initiative ($400M-$500M), the Prototype, Experiment, Production, Sustainment (PrEPS) Multiple Award IDIQ ($1.6B-$2.4B), the Army Intelligence Data Platform ($5M-$8M initial phase with $650M-$800M production potential), and numerous other opportunities spanning command and control infrastructure, cybersecurity, logistics, training systems, and test enterprise modernization across multiple contracting vehicles and set-asides.
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.