- 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
Notice of Intent to Sole Source - 152 SFS Advantor Repair/Upgrade
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NV. Response deadline: Apr 13, 2026. Industry: NAICS 561621 • PSC J063.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 37 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561621
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES.
The USPFO for Nevada, 152 MSG/MSC Office is to award a firm-fixed price contract on a sole source basis to Advantor Systems II LLC (Cage: 1S063). The Advantor Intrusion Detection System (IDS) equipment is established at the 152nd Airlift Wing Base at 1776 National Guard Way, Reno, NV 89502. Advantor is the only authorized IDS contractor for the security system at the 152nd Airlift Wing based on the expansion of the existing system on the base and being interoperable. Advantor is the sole manufacturer/owner of the proprietary data rights. The statutory authority which permits other than full and open competition for this acquisition is 10 U.S.C. § 3204(a)(1) or 41 U.S.C. 1901 for only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by RFO FAR 12.102(a). The anticipated contract will be a Firm-Fixed Price (FFP).
This requirement is under NAICS 561621, Security Systems Services (except Locksmiths), PSC: J063.
Requirement:
The 152nd Security Forces Squadron requires Advantor to replace/install VMS, ASN Repositioning, Main Gate Duress, and Camera Replacement, CCTV and MSA at specific locations throughout the NV Air National Guard Base. All services shall be conducted and performed in accordance with the Performance Work Statement (PWS).
This notice of intent is not a request for competitive quotes or proposals; however, responsible sources may submit a capability statement that shall be considered by the agency. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct competitive procurement.
Address responses and/or questions regarding this announcement to Capt Alex Norris at 152.AW.FAL.MSC.Contracting@us.af.mil not later than 13 April 2026. It is the responsibility of any interested party to confirm the capability statement was received by points of contact. Please reference this posting in the subject line of all email messages.
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE (RFQ) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
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.