Skip to content
Department of Defense

Airborne Position Location System (APLS)

Solicitation: 023605
Notice ID: 0092dacdf3d64d58a867b021e503542a
TypeSources SoughtSet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateNCPostedMar 23, 2026, 12:00 AM UTCDueApr 23, 2026, 09:00 PM UTCCloses in 11 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Apr 23, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: 023605. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$48,196,810,074
Sector total $48,196,810,074 • Share 100.0%
Live
Median
$582,110
P10–P90
$19,382$117,748,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+127%($18,731,518,299)
Deal sizing
$582,110 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NC
Live POP
Place of performance
North Carolina • 28307 United States
State: NC
Contracting office
Fort Hood, TX • 76544 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NC20260111 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026North Carolina • Alexander, Burke, Caldwell +1
Rate
BRICKLAYER
Base $18.62Fringe $0.00
Rate
CARPENTER
Base $17.13Fringe $0.57
+23 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 23 more rate previews.
Davis-BaconBest fitstate match
NC20260111 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Alexander, Burke, Caldwell +1
Rate
BRICKLAYER
Base $18.62Fringe $0.00
Rate
CARPENTER
Base $17.13Fringe $0.57
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.24Fringe $0.00
+22 more occupation rates in this WD
Davis-Baconstate match
NC20260064 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Caswell, Granville, Halifax +2
Rate
PIPEFITTER (Excluding HVAC System Installation)
Base $31.66Fringe $12.69
Rate
BRICKLAYER
Base $18.45Fringe $4.18
Rate
CARPENTER (Drywall Hanging Only)
Base $17.59Fringe $2.31
+18 more occupation rates in this WD
Davis-Baconstate match
NC20260051 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Avery
Rate
PIPEFITTER (Excluding HVAC System Installation)
Base $31.66Fringe $12.69
Rate
BRICKLAYER
Base $18.45Fringe $4.18
Rate
CARPENTER (Drywall Hanging Only)
Base $17.59Fringe $2.31
+18 more occupation rates in this WD
Davis-Baconstate match
NC20260019 (Rev 1)
Open WD
Published Jan 30, 2026North Carolina • Alamance, Alexander, Alleghany +97
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+17 more occupation rates in this WD

Point of Contact

Name
Krista DuBose
Email
krista.m.dubose.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 418TH CSB • W6QM MICC-FDO FT HOOD
Contracting Office Address
Fort Hood, TX
76544 USA

Description

SOURCES SOUGHT NOTICE
Airborne Position Location System (APLS) Sustainment Support Services
Fort Bragg, North Carolina
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract to provide remote and on-site hardware/software warranty and is seeking vendors that may be able to perform this requirement to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran Owned, Women-Owned Small Business concerns), are asked to describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry, sam.gov. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 811210 –Electronic and Precision Equipment Repair and Maintenance with size standard of $34.0 million.
A continuing need is anticipated for the APLS requirement, which is currently being fulfilled through the current contract, DATM01-01-C-0006. Attached is the draft Performance Work Statement (PWS).
In response to the sources sought, please provide the following information in no more than 5 pages:
1. Name of the firm, point of contact, phone number, email address, Unique Entity Identification (UEI) number, Commercial and Government Entity (CAGE) code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will
be pursued, if any. Provide proof of authorized reseller or service provider of this procurement.
3.Information in sufficient detail regarding previous experience (indicate whether as aprime contractor or subcontractor) on similar requirements (including size, scope,complexity, timeframe, government or commercial), pertinent certifications, etc., that willfacilitate making a capability determination.
4.Information to help determine if the requirement service is commercially available,including pricing information, and the basis for the pricing information (e.g., market pricing,catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5.Identify how the Army can best structure these contract requirements to facilitatecompetition by and among small business concerns.
6.Identify any condition or action that may be having the effect of unnecessarily restrictingcompetition with respect to this acquisition. Please contact the MICC Advocate forCompetition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believethat this action is unreasonably restricting competition. Include the subject of theacquisition, this announcement, and the MICC POC information from the sam.gov notice.Provide the specific aspects that unreasonably restrict competition and the rationale forsuch conclusion.
7.Recommendations to improve the approach/specifications/draft PWS/PRS to acquiringthe identified items/services.Interested parties are requested to submit their response no later than April 23, 2026, at 4:00PM Central Daylight Time (CDT). All responses under this Sources Sought Notice must be emailed to Contracting Officer, Lucy Bonner at lucy.u.bonner.civ@army.mil and Contract Specialist, Krista DuBose at krista.m.dubose.civ@army.mil. All correspondence shall be titled with an e-mail subject as follows: Response to Sources Sought Notice APLS Sustainment Support Services. Acknowledgement of receipt will not be made.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.