Skip to content
Department of Defense

Intent To Award Sole Source CAC Readers

Solicitation: Not available
Notice ID: 52def49c1d1c4d43b9659438f9244dc6
TypeSpecial NoticeNAICS 541519PSC7A21DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOHPostedFeb 04, 2026, 12:00 AM UTCDueFeb 04, 2026, 05:00 AM UTCExpired

Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 04, 2026. Industry: NAICS 541519 • PSC 7A21.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$695,914,294
Sector total $5,796,289,192,140 • Share 0.0%
Live
Median
$500,000
P10–P90
$69,582$76,377,858
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+339%($437,554,790)
Deal sizing
$500,000 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 OH
Live POP
Place of performance
Wright Patterson AFB, Ohio • 45433 United States
State: OH
Contracting office
Wright Patterson Afb, OH • 45433-7541 USA

Point of Contact

Name
Ja'Quan Dangerfield
Email
jaquan.dangerfield@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 RESEARCH LABORATORY • FA2396 USAF AFMC AFRL PZL AFRL PZLE
Contracting Office Address
Wright Patterson Afb, OH
45433-7541 USA

More in NAICS 541519

Description

NOTICE OF INTENT TO AWARD SOLE SOURCE

The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Chapel- Romanoff Technologies, LLC, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 10 Feb 2026. The period of performance (PoP) shall be 365 days ARO.

FSC: 7A21

NAICS: 541519

Size Standard: 30M

Supplier name: Chapel

Product description and characteristics:

  • AFRL/RQ requires the procurement, installation, and mission-essential integration of an iSTAR-based Physical Access Control System expansion for Building 496, Area B, at Wright-Patterson Air Force Base. This requirement includes the furnishing and installation of one iSTAR Edge G2 four-door controller and four Innometriks Cheetah SE FIPS-201 compliant readers.

This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 5 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement.

If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply.

A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. 

   

Contractors should be aware of the following information:

  1. Contractors must include the following information:

    1. Points of contact, addresses, email addresses, phone numbers.

    1. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above.

    1. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone.

    1. Company CAGE Code or UEI Number. 

  1. In your response, you must address how your product meets the product characteristics specified above.

  1. Submitted information shall be UNCLASSIFIED.

  1. Responses are limited to 10 pages in a Microsoft Word compatible format.

Responses should be emailed to Ja’Quan Dangerfield at jaquan.dangerfield@us.af.mil and Kerisha Wordlaw at kerisha.wordlaw.1@us.af.mil no later than 10 February 2026, 12:00 PM EST.  Any questions should be directed to Ja’Quan Dangerfield through email.   

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.