- 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 a 1.5GB Commercial Lease Service Intra-SWA
Combined Synopsis Solicitation from DEFENSE INFORMATION SYSTEMS AGENCY (DISA) • DEPT OF DEFENSE. Place of performance: Kuwait. Response deadline: Feb 21, 2026. Industry: NAICS 517111 • PSC DG11.
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 517111 (last 12 months), benchmarked to sector 51.
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.
Point of Contact
Agency & Office
More in NAICS 517111
Description
Amendment 0001. This is a restricted access requirement and attachments will be made available only to entities registered under the appropriate NAICS code(s). Access requests must include the requestor’s UEI or CAGE code for verification purposes; any requests submitted without this identifying information will be rejected. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular effective at the time this solicitation was posted. The provisions that apply to this acquisition are identified in the DITCO Basic Agreements and Section M of the attached document. The associated North American Industrial Classification System (NAICS) code for this procurement is 517111. Small Business set-aside is not applicable for this solicitation. All quoted prices shall be identified by monthly recurring charge (MRC), non-recurring charges (NRC), and any tier pricing for additional service months as applicable. The requested service date and acceptance criteria are outlined in the attached RFQ. Telecommunication Providers must comply with the following commercial item terms and conditions, which are incorporated herein by reference and as outlined in existing basic agreements: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 (Alternate I), Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the selected clauses in paragraph (b). The lowest price technically acceptable (LPTA) source selection process will be used to evaluate quote(s). Details of the specific evaluation criteria can be found in the corresponding standard provision of the attached RFQ.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Defense Information Systems Agency (DISA) is soliciting quotes for a 1.5GB Commercial Lease Service under solicitation number HC102126QA029, posted on January 22, 2026, with a response deadline of February 21, 2026. This requirement is limited to entities registered under NAICS code 517111, and uses a Lowest Price Technically Acceptable (LPTA) source selection method to evaluate responses. Notably, all quoted prices must specify monthly recurring charges (MRC) and non-recurring charges (NRC).
DISA aims to procure a 1.5GB Commercial Lease Service compliant with specific telecommunications requirements, with service acceptance criteria detailed in the RFQ.
- Telecommunication providers able to meet the specifications outlined in the solicitation.
- Entities registered under NAICS code 517111.
- Companies that can demonstrate compliance with commercial item terms.
- Compliance with FAR 52.212-1 for instructions to offerors regarding commercial items.
- Provision of monthly recurring charge (MRC) and non-recurring charges (NRC) in quotes.
- Ensure adherence to telecommunications industry standards and conditions outlined in the RFQ.
- Quotation including MRC and NRC.
- Verification of UEI or CAGE code for access.
- Conformance to FAR provisions referenced in the RFQ.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Compliance with FAR 52.212-5 for contract terms related to implementing statutes or executive orders.
- Submission under the LPTA evaluation criteria.
- Focus on competitiveness while meeting technical requirements for the LPTA process.
- Consider tier pricing for additional months of service.
- Potential partnerships with larger telecom providers for enhanced capability.
- Subcontractors that specialize in telecommunications compliance and service delivery.
- Failure to provide required UEI or CAGE code can result in access denial.
- Non-compliance with FAR terms can lead to disqualification.
- Competition may be intense given the LPTA selection strategy.
- What are the specific service acceptance criteria outlined in the RFQ?
- Are there any additional certifications required beyond the commercial item terms?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific service acceptance criteria details.
- Period of performance for the contract.
- Any attachment URLs with detailed RFQ specifications.
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.