- 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
Intent to Award Sole Source - HAP Server Maintenance
Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 18, 2026. Industry: NAICS 541519 • PSC 7A21.
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 541519 (last 12 months), benchmarked to sector 54.
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 541519
Description
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price order to a single source; DDN Federal, LLC., on or about 1 April 2026. The period of performance (PoP) will run from 9 April 2026 to 8 April 2027.
PSC: 7A21
NAICS: 541519
Size Standard: $34M
Subscription Name: HAP Server Maintenance
Supplier Name: DDN Federal, LLC.
Product Description:
-SEE REDACTED J&A
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 3 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.
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:
- Contractors must include the following information:
-
- Points of contact, addresses, email addresses, phone numbers.
-
- 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.
-
- Identification of any other socioeconomic status (Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone).
-
- Company CAGE Code or DUNS Number.
- In your response, you must address how your product meets the product characteristics specified above.
- Submitted information shall be UNCLASSIFIED.
- Responses are limited to 10 pages in a Microsoft Word compatible format.
Responses should be emailed to Anne Mitchell at anne.mitchell.1@us.af.mil no later than, 18 March 2026, 12:00 PM EST. Any questions should be directed to Anne Mitchell through email.
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.