Skip to content
Department of Defense

Communication Service

Solicitation: FA460826QS013
Notice ID: 03edab89291e495180f43f80595f34cd

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: LA. Response deadline: Apr 22, 2026. Industry: NAICS 517111 • PSC DG11.

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: FA460826QS013. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 517111 (last 12 months), benchmarked to sector 51.

12-month awarded value
$15,261,013
Sector total $556,770,547 • Share 2.7%
Live
Median
$441,633
P10–P90
$120,967$762,300
Volatility
Volatile145%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.7%
share
Momentum (last 3 vs prior 3 buckets)
+1480%($13,444,436)
Deal sizing
$441,633 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 LA
Live POP
Place of performance
Fort Johnson, Louisiana • 71110 United States
State: LA
Contracting office
Barksdale Afb, LA • 71110-2438 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
LA20260014 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Louisiana • Acadia, Allen, Assumption +11
Rate
CARPENTER (Includes Form Work) Acadia, Allen, Assumption, Avoyelles, Beauregard, Evangeline, Jefferson Davis, St. James, St. Landry, St. Mary, Tangipahoa, Vermilion, Washington
Base $13.56Fringe $1.85
Rate
Iberia
Base $11.55Fringe $1.85
+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
LA20260014 (Rev 0)
Open WD
Published Jan 02, 2026Louisiana • Acadia, Allen, Assumption +11
Rate
CARPENTER (Includes Form Work) Acadia, Allen, Assumption, Avoyelles, Beauregard, Evangeline, Jefferson Davis, St. James, St. Landry, St. Mary, Tangipahoa, Vermilion, Washington
Base $13.56Fringe $1.85
Rate
Iberia
Base $11.55Fringe $1.85
Rate
CEMENT MASON/CONCRETE FINISHER
Base $13.52Fringe $0.00
+22 more occupation rates in this WD
Davis-Baconstate match
LA20260035 (Rev 0)
Open WD
Published Jan 02, 2026Louisiana • East Baton Rouge
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $32.66Fringe $9.86
Rate
ELECTRICIAN (Including HVAC/Temperature Controls Installation and Low Voltage Wiring)
Base $29.47Fringe $13.50
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $23.46Fringe $8.35
+17 more occupation rates in this WD
Davis-Baconstate match
LA20260051 (Rev 0)
Open WD
Published Jan 02, 2026Louisiana • Grant, Rapides
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $32.66Fringe $9.86
Rate
ELECTRICIAN
Base $30.00Fringe $4.25
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $23.46Fringe $8.35
+15 more occupation rates in this WD
Davis-Baconstate match
LA20260011 (Rev 0)
Open WD
Published Jan 02, 2026Louisiana • Jefferson, Orleans, Plaquemines +3
Rate
Carpenter (includes form work)
Base $32.59Fringe $10.52
Rate
Mechanic
Base $25.40Fringe $8.05
Rate
LABORER (Common or General)
Base $22.28Fringe $4.81
+13 more occupation rates in this WD

Point of Contact

Name
Amn Millye Santiago-Cruz
Email
millye.santiago-cruz@us.af.mil
Phone
3184561353
Name
Tiffany Collazo
Email
tiffany.collazo.2@us.af.mil
Phone
3184563400

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4608 2 CONS LGC
Contracting Office Address
Barksdale Afb, LA
71110-2438 USA

More in NAICS 517111

Description

Combined Synopsis – Solicitation

This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number FA460826QS013 is issued as a  request for quotation (RFQ), for local commercial communications services. This acquisition is not a set-aside for small business concerns. This document primarily incorporates provisions and clauses by reference IAW Federal Acquisition Circular FAC 2026-01, effective 13 March 2026 and the Revolutionary FAR Overhaul (RFO) as applicable. Full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotations. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. If funds are not available to fund the entire contract value, the Government reserves the right to re-evaluate quotations by unit price per service and issue an award on a SOME, NONE, or ALL basis for each individual service needed.

Description of Requirement:

The purpose of this requirement is to install and deliver a fiber commercial circuit and associated equipment that will provide Session Initiation Protocol (SIP) services for a period of one (1) base year plus four (4) option years. Work will provide services for 120 concurrent base call paths, 15,000 base numbers, provide 36,000 free off net (commercial conus long distance) call minutes, charge per minute for all off net minutes above the 36,000 threshold, and bill per minute per country for all international calls located along Barksdale Blvd IAW Attachment 1, Performance Work Statement, Dated 30 March 2026.

Period of Performance:

Base Year: 01 July 2026 - 30 June 2027

Option Year 1: 01 July 2027 - 30 June 2028

Option Year 2: 01 July 2028 - 30 June 2029

Option Year 3: 01 July 2029 - 30 June 2030

Option Year 4: 01 July 2030 - 30 June 2031

Contract Line Item Number (CLIN):

CLIN

Product/Service Description

Quantity

Unit

Unit Price

Total

0001

BVOIP

12

MO

0002

IPS with router

12

MO

0003

Fees/Surcharges

12

MO

0004

International Calls, Rate by country

12

LO

0005

Off-Net

12

LO

1001

BVOIP

12

MO

1002

IPS with router

12

MO

1003

Fees/Surcharges

12

MO

1004

International Calls, Rate By Country

12

LO

1005

Off-Net

12

LO

2001

BVOIP

12

MO

2002

IPS with router

12

MO

2003

Fees/Surcharges

12

MO

2004

International Calls, Rate By Country

12

LO

2005

Off-Net

12

LO

3001

BVOIP

12

MO

3002

IPS with router

12

MO

3003

Fees/Surcharges

12

MO

3004

International Calls, Rate By Country

12

LO

3005

Off-Net

12

LO

4001

BVOIP

12

MO

4002

IPS with router

12

MO

4003

Fees/Surcharges

12

MO

4004

International Calls, Rate By Country

12

LO

4005

Off-Net

12

LO

*** In the event the Government exercises its option under 52.217-8, Option to Extend Services, the Contractor shall provide services for a period not to exceed six months. The services shall be provided at the same prices and rates as those established for Option Year 4 of the contract (CLINs 4001 through 4005). Monthly recurring services will be priced per month at the rate established in Option Year 4. Usage-based services will be billed at the per-unit rates established for Option Year 4.***

Best Value Determination:

Contract award will be based on price/technical to determine best value.  

Due Date and Time:

  • Questions must be submitted via email to the Contract Specialist and Contracting Officer listed below by 12:00 PM Central Daylight Time (CDT) on Tuesday, 14 April 2026.
  • Answers to questions submitted IAW specified due date will be provided on or around Friday, 17 April 2026.
  • Quotes must be submitted via email to the Contract Specialist and Contracting Officer listed below by 3:00 PM CDT on Wednesday, 22 April 2026.

Points of Contact (POC):

Contract Specialist: Millye Santiago-Cruz; Telephone: (318) 456-1353; Email: millye.santiago-cruz@us.af.mil

Contracting Officer: Tiffany Collazo; Telephone: (318) 456-3400; Email: tiffany.collazo.2@us.af.mil

Applicable Provisions in Full Text:

52.212-1, Instructions to Offerors-Commercial Products and Commercial Services

(a) Submission of offers. Submit offers (quotes) to the POC specified in this solicitation IAW due dates and times specified in this solicitation. Quotes will include:

(1) Offeror’s name/company name, address, telephone number and email address.

(2) Offeror’s SAM Unique Entity Identifier (UEI) number.

(3) Offerors must review Attachment 2, Wage Determination. Be advised that 52.222-55, 'Minimum Wages for Contractor Workers Under Executive Order 14026,' remains in effect as of the date of this solicitation. Although the executive order was rescinded, the implementing  clause has not yet been modified. Therefore, any conflict between the attached Wage Determination and 52.222-55 will be resolved in favor of the clause.

(4) Information necessary to evaluate the factors contained in the provision at 52.212-2.

(5) Technical Plan not exceeding two (2) pages outlining how Offeror will accomplish the task outlined below in subsection (A). The Technical Plan should be clear, concise, and include sufficient detail for effective evaluation and to substantiate the stated information. The Technical Plan should not rephrase or restate the Government’s requirements but rather provide convincing rationale to address how the Offeror intends to meet the requirement(s). Offerors should assume the Government has no prior knowledge of their company or experience and will use the information in the Technical Plan to evaluate the quote. Offerors’ Technical Plan should include:

(A) The manner in which the offeror will provide essential Telecommunication Services (TS) and features supporting Barksdale AFB IAW Attachment 1, Performance Work Statement, Dated 30 March 2026.

(6) A statement specifying agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments.

(b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.

(c) Late submissions, modifications, revisions, and withdrawals of offers. Offerors are responsible for submitting quotes in electronic format to the listed POC by the due date and time specified in this solicitation. It is the Offeror’s responsibility to follow up with the POC to ensure quote was received on time.

(d) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.

(e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable:

(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed Offeror’s offer.

(2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror.

(3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award.

(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror.

(6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities.

(End of provision)

52.212-2 Evaluation—Commercial Products and Commercial Services

(a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:

(1) Price: The total evaluated price will include the total price of all line items. The price will be evaluated based upon price and ranked lowest to highest. The price evaluation will determine whether the proposed price is complete, fair and reasonable, and not unbalanced.

(2) Technical: Lowest three (3) offers will undergo technical evaluation. The offers will then be evaluated against the requirements of this solicitation. If any or all three (3) of the lowest offers require a major rewrite or such substantial revision that the Offeror’s prospect for award is not realistic, they may be considered non-responsive and removed from competition, and the Government may evaluate higher-priced offers. If three (3) or fewer offers are received, then all quotes received will be sent for technical evaluation.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).

(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

52.252-5 Authorized Deviations in Provisions (NOV 2020)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of provision)

Applicable Provisions Incorporated by Reference:

52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

52.204-7, System for Award Management—Registration

52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products

52.229-11, Tax on Certain Foreign Procurements—Notice and Representation

52.240-90, Security Prohibitions and Exclusions Representations and Certifications

252.203-7005, Forms at on Relating to Compensation of Former DoD Officials

252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements

252.204-7024, Notice on the Use of the Supplier Performance Risk System

252.209-7021, Prohibition Relating to Conflicts of Interest in Consulting Services Certification

252.215-7010, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data

252.225-7000, Buy American Balance of Payments Program

252.225-7055, Representation Regarding Business Operations with the Maduro Regime

252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur  Autonomous Region-Representation

Applicable Clauses In Full Text:

52.217-8 Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

 (End of clause)

52.217-9 Option to Extend the Term of the Contract (Mar 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months.

(End of clause)

52.252-6 Authorized Deviations in Clauses (NOV 2020)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Regulation Supplement 48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023)

(a) Definitions. As used in this clause —

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.

“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall submit payment requests using the following document type(s):

(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

(ii) For fixed price line items—

(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. N/A

(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. Invoice 2in1

(iii) For customary progress payments based on costs incurred, submit a progress payment request.

(iv) For performance based payments, submit a performance based payment request.

(v) For commercial financing, submit a commercial financing request.

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation 52.213-1 is included in the contract.

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

  Routing Data Table*

Field Name in WAWF 

Data to be entered in WAWF 

Pay Official DoDAAC 

F87700 

Issue By DoDAAC 

FA4608 

Admin DoDAAC** 

FA4608 

Inspect By DoDAAC 

XXXXXX (Will be entered if solicitation results in an award) 

Ship To Code 

XXXXXX (Will be entered if solicitation results in an award) 

Ship From Code 

Not Applicable 

Mark For Code 

Not Applicable 

Service Approver (DoDAAC) 

XXXXXX (Will be entered if solicitation results in an award) 

Service Acceptor (DoDAAC) 

XXXXXX (Will be entered if solicitation results in an award) 

Accept at Other DoDAAC 

Not Applicable 

LPO DoDAAC 

Not Applicable 

DCAA Auditor DoDAAC 

Not Applicable 

Other DoDAAC(s) 

Not Applicable 

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request IAW the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(g) WAWF Points of Contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF points of contact.

Northwest Louisiana APEX Accelerator, (318) 677-2519, apex@shreveportchamber.org

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

Applicable Clauses Incorporated by Reference:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-9, Personal Identity Verification of Contractor Personnel

52.204-13, System for Award Management—Maintenance

52.204-91, Contractor identification

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.212-4, Terms and Conditions—Commercial Products and Commercial Services

52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns

52.222-3, Convict Labor

52.222-35, Equal Opportunity for Veterans

52.222-36, Equal Opportunity for Workers with Disabilities

52.222-37, Employment Reports on Veterans

52.222-41, Service Contract Labor Standards

52.222-42, Statement of Equivalent Rates for Federal Hires

52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment

52.222-50, Combating Trafficking in Persons

52.222-54, Employment Eligibility Verification

52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026

52.222-62, Paid Sick Leave Under Executive Order 13706

52.223-23, Sustainable Products and Services

52.224-3, Privacy Training

52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33, Payment by Electronic Funds Transfer—System for Award Management

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.240-91, Security Prohibitions and Exclusions

52.240-92, Security Requirements

52.244-6, Subcontracts for Commercial Products and Commercial Services

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7022, Expediting Contract Closeout

252.205-7000, Provision of Information to Cooperative Agreement Holders

252.211-7003, Item Unique Identification and Valuation

252.211-7008, Use of Government-Assigned Serial Numbers

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7001, Buy American and Balance of Payments Program

252.225-7012, Preference for Certain Domestic Commodities

252.225-7021, Trade Agreements

252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime

252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7010, Levies on Contract Payments

252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

252.243-7002, Requests for Equitable Adjustment

252.247-7023, Transportation of Supplies by Sea

252.247-7028, Application for U.S. Government Shipping Documentation/Instructions

Air Force Specific Terms and Conditions:

Elimination of Use of Class I Ozone Depleting Substances (Jun 2024)

Health and Safety on Government Installations (Jul 2023)

Contractor Access to Department of the Air Force Installations (June 2024)

AFGSC Ombudsman (Jul 2023)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. 

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). 

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for Air Force Global Strike Command (AFGSC) acquisitions, Director of Contracts, Air Force Installation Contracting Center (AFICC), Operating Location (OL) – Global Strike Command (GSC) (AFICC/KG OL‐GSC) via the following e‐mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330‐1060, Phone number (571) 256‐2395, Facsimile number (571) 256‐2431. 

(d) The ombudsman has no authority to render a decision that binds the agency. 

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. 

(End of clause)

Solicitation Attachments:

Attachment 1, Performance Work Statement, Dated 30 March 2026

Attachment 2, Wage Determination

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.