- 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
ATG GLOBAL Engineering Services
Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: May 07, 2026. Industry: NAICS 811210 • PSC J091.
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 811210 (last 12 months), benchmarked to sector 81.
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 38 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811210
Description
ATG GLOBAL SAM Posting Description
The attached Request for Proposal (RFP), SP4706-26-R-0001 IDIQ and Task Order SP470626R0002 and its associated attachments, is for the EAOTS ATG/IAS/OPE requirement that was previously synopsized on this site on 12 FEB 2026 through 03 MAR 2026.
This acquisition is for services supporting the maintenance and sustainment of the installed EAOTS ATG/IAS/OPE equipment located at multiple places of performance worldwide. This will include providing all personnel, equipment, materials, maintenance program management, and services to perform the maintenance for the EAOTS ATG/IAS/OPE systems and implementing equipment installation at these sites as described in the Performance Work Statement (PWS) for Task Order SP470626R0002. The Government anticipates award of a five (5) year Firm-Fixed Price Basic IDIQ contract and a one year base and four (4) option year Firm Fixed Price with one cost-type CLIN Task Order that will consist of: Transition In, Admin Support & Program Management (ASPM), Preventive Maintenance (PM), Technical Support (TS), Corrective Maintenance (CM) & Repair, Site Support (SS), and Transition Out contract line items as a result of this solicitation.
All Offerors will need to provide the Contracting Officer, Mr. Shaun Bunnell, and the Contract Specialist, Ms. Elizabeth Hanlon, with an email stating they are an interested party and would like additional information regarding the PWS attachments for this requirement, to Elizabeth.Hanlon@dla.mil.
In the email the following information is required: full company name, Cage Code, and Government contracts POC. Each Offeror will be verified through the System of Award Management (SAM) as an active contractor eligible to receive Government contracts along with verification the company is not on the Excluded Parties Listing. After both items are verified and the company is determined to be in good standing, PWS, the PWS attachments will be provided.
A virtual pre-proposal conference will be planned the week of April 12, 2026, for all interested, viable Offerors that plan to submit a proposal in response to this RFP; date to be determined. All Offerors must first be vetted by the Contracting Officer, Mr. Shaun Bunnell and Contract Specialist Elizabeth Hanlon if you are interested in attending this meeting please provide the contact information of the individuals you would like to attend (maximum 3), along with your full company name, Cage Code, and Government contracts POC to Ms. Elizabeth Hanlon and via email at Elizabeth.Hanlon@dla.mil and shaun.bunnell@dla.mil, by April 8, 3:00 pm.
Disclaimer: DLA will not be responsible for or pay any costs incurred in response to this posting.
DIBBS / DLA Details
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.