Skip to content
Department of Defense

Notice of Intent - Manikin Replacement Parts

Solicitation: FA910126QB023
Notice ID: 11d66a404f8e42698e073e9e5f136667
TypePresolicitationNAICS 334515PSC6625Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateTNPostedMar 13, 2026, 12:00 AM UTCDueMar 19, 2026, 07:00 PM UTCCloses in 6 days

Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TN. Response deadline: Mar 19, 2026. Industry: NAICS 334515 • PSC 6625.

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: FA910126QB023. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334515 (last 12 months), benchmarked to sector 33.

12-month awarded value
$41,201,876
Sector total $24,284,416,925 • Share 0.2%
Live
Median
$51,259
P10–P90
$47,533$242,449
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
-43%(-$11,403,397)
Deal sizing
$51,259 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 TN
Live POP
Place of performance
Coopertown, Tennessee • 37389 United States
State: TN
Contracting office
Arnold Afb, TN • 37389-1332 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
TN20260159 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Tennessee • Gibson, Hardeman
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
+11 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 11 more rate previews.
Davis-BaconBest fitstate match
TN20260159 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Gibson, Hardeman
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD
Davis-Baconstate match
TN20260152 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Benton, Carroll
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD
Davis-Baconstate match
TN20260164 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Houston, Humphreys
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD
Davis-Baconstate match
TN20260126 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Chester
Rate
ELECTRICIAN
Base $36.75Fringe $16.19
Rate
Operating Engineers: Bulldozer, Crane, and Forklift
Base $33.15Fringe $13.62
Rate
LABORER: Common or General
Base $18.47Fringe $6.65
+5 more occupation rates in this WD

Point of Contact

Name
Virginia Jones
Email
virginia.jones.6@us.af.mil
Phone
Not available
Name
Tyler Payne
Email
tyler.payne.9@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA9101 AEDC PKP PROCRMNT BR
Contracting Office Address
Arnold Afb, TN
37389-1332 USA

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.

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.