Notice of Intent to Award Sole Source - Watchtower Mobile Device Management Platform
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 07, 2026. Industry: NAICS 513210 • PSC 7A21.
Market snapshot
Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 513210
Description
Notice of Intent to Award a Sole Source Contract to Sherpa 6, Inc. for the Watchtower MDM Platform
1. REQUIREMENT DESCRIPTION
The Air Force Installation Contracting Center's 771st Enterprise Sourcing Squadron (the Government), on behalf of the Air Force Medical Command (AFMEDCOM), intends to award a sole-source Firm-Fixed-Price Purchase order to Sherpa 6, Inc., for their Government-Off-The-Shelf (GOTS) Watchtower Mobile Device Management (MDM) platform.
AFMEDCOM requires an MDM platform that will provide device policy enforcement, application control, credential provisioning, and remote wipe capabilities for Android-based End User Devices (EUDs) used in DDIL (Disconnected, Degraded, Intermittent, or Limited-bandwidth) conditions. The platform must be interoperable with existing Tactical Assault Kit (TAK)-based systems and be operable within secure or isolated enclaves. The Contractor must ensure that the MDM platform is set up for planning and architecture, environment and infrastructure, policy, kit, and profile design, device enrollment provisioning, app management and integration, ongoing operations, monitoring and compliance, and training and user transition (sustainment).
This purchase order is anticipated to be awarded on or about 1 April 2026 using the procedures identified at RFO FAR 12.201-1, as prescribed by RFO FAR 13.201.
2. BASIS FOR SOLE SOURCE
This action is being conducted on a sole-source basis under the authority of RFO FAR 13.101(b). Market research has determined that the Watchtower MDM platform is the only solution capable of meeting the Government's minimum requirements. Specifically, it is the only identified platform that is a fully accredited, IL-4-hosted MDM solution providing direct interoperability with the Tactical Assault Kit (TAK) ecosystem. This unique capability is an essential requirement. Market research has determined that Sherpa 6, Inc. is the only responsible source capable of providing the Watchtower MDM platform as no other authorized resellers, distributors, or third-party channels have been identified.
3. SCOPE OF WORK
The scope of this requirement includes:
- Providing government-issued mobile devices with Cloud licenses for the Watchtower MDM platform. The licenses must include routine software updates, ensuring a cutting-edge and efficient solution.
- Configuring and optimizing the Watchtower MDM platform and providing secure management and control of 200 government-issued mobile devices operating in tactical or disconnected environments and support mission-critical platforms such as Android Tactical Assault Kit (ATAK), Windows Tactical Assault Kit (WinTAK), and other government developed applications.
- Providing on-site user training and personalized one-on-one support to guide the initial setup, configuration, and optimization of the platform.
4. ADMINISTRATIVE INFORMATION
- Period of Performance: The anticipated Period of Performance is 365 days from the date of award.
- NAICS Code: 513210 (Software Publishers)
- PSC Code: 7A21 (IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
5. INSTRUCTIONS FOR INTERESTED PARTIES
This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, or quotation, which shall be considered by the Government. The Government will consider responses received within 15 days of issuance of this notice. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. The Government will not pay for any information received in response to this announcement. The capability statement must provide clear and convincing evidence that competition would be advantageous to the Government. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.
Responses and questions should be emailed to the Contracting Officer, Nicholas Kimmey, at Nicholas.Kimmey@us.af.mil, no later than 3:30 PM EST on 7 March 2026.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.