- 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 - Manikin Replacement Parts
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TN. Response deadline: Mar 19, 2026. Industry: NAICS 334515 • PSC 6625.
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 334515 (last 12 months), benchmarked to sector 33.
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 11 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334515
Description
The Air Force Test Center (AFTC) at Holloman AFB, NM, announces its intent to award a sole-source, firm-fixed-price purchase order to Humanetics Innovative Solutions, Inc. (CAGE: 0TUR1) for a proprietary kit of Original Equipment Manufacturer (OEM) replacement parts.
The parts are for the repair and sustainment of two government-owned, mission-essential Anthropomorphic Test Devices (ATDs), models LOIS-9 and LARD-23. These assets are currently unserviceable and the parts are required to return them to a mission-capable state in support of the 846th Test Squadron's critical aircraft egress system testing mission.
The statutory authority permitting other than full and open competition is 10 U.S.C. 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This acquisition is being conducted using commercial product procedures under FAR Part 12.
The justification for this sole-source award is as follows:
-
Humanetics Innovative Solutions, Inc. is the OEM and the only source capable of providing the required parts. The Government does not own the proprietary technical data package (TDP), drawings, or manufacturing specifications for these systems.
-
The required parts are not generic hardware; they are integral, certified components. The use of parts from any other manufacturer would invalidate the ATD's airworthiness certification, compromise the integrity and validity of future test data, and create unacceptable safety risks.
-
A formal letter from the OEM has confirmed they are the sole designer, manufacturer, and seller of these components and do not use any authorized resellers.
This notice of intent is not a request for competitive proposals, and no solicitation document is available. However, all responsible sources may submit a capability statement, which shall be considered by the agency. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.
Interested parties who believe they have the capability to provide these specific, proprietary parts must submit a capability statement to the points of contact below no later than March 19, 2026 at 2:00 PM Central Time. The capability statement must provide clear and convincing evidence that the vendor has the necessary rights, data, and ability to manufacture parts that are fully interchangeable and can meet the government's certification requirements without a full system recertification effort.
Primary Point of Contact:
Virginia L. Jones, Contract Specialist
virginia.jones.6@us.af.mil
Secondary Point of Contact:
Tyler S. Payne, Contracting Officer
tyler.payne.9@us.af.mil
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.