Skip to content
Department of Defense

DCGS Enterprise Field Support (DEFS)

Solicitation: SS-AFLCMC-DEFS-27
Notice ID: 579fcc7b5c07443887248be2194dad57
TypeSources SoughtNAICS 541513Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateGAPostedMar 16, 2026, 12:00 AM UTCDueApr 01, 2026, 12:00 PM UTCCloses in 16 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Apr 01, 2026. Industry: NAICS 541513.

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: SS-AFLCMC-DEFS-27. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541513 (last 12 months), benchmarked to sector 54.

12-month awarded value
$10,094,329,612
Sector total $5,863,400,045,265 • Share 0.2%
Live
Median
$14,578,310
P10–P90
$4,507,616$8,002,915,662
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)
+100%($10,094,329,612)
Deal sizing
$14,578,310 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 GA
Live POP
Place of performance
Warner Robins, Georgia • United States
State: GA
Contracting office
Robins Afb, GA • 31098-2122 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
GA20260319 (Rev 0)
Match signal: state matchOpen WD
Published Jan 23, 2026Georgia • Catoosa, Dade, Walker
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.24Fringe $18.54
Rate
ELECTRICIAN
Base $35.35Fringe $14.63
+20 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 20 more rate previews.
Davis-BaconBest fitstate match
GA20260319 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Catoosa, Dade, Walker
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.24Fringe $18.54
Rate
ELECTRICIAN
Base $35.35Fringe $14.63
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260102 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Tift
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
Rate
Crane (over 120 tons)
Base $33.00Fringe $17.70
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260099 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Quitman
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
Rate
Crane (over 120 tons)
Base $33.00Fringe $17.70
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260103 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Troup
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELEVATOR MECHANIC
Base $52.08Fringe $38.43
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
+17 more occupation rates in this WD

Point of Contact

Name
Barry Frank
Email
Barry.frank@us.af.mil
Phone
4789268404
Name
Samantha Taylor
Email
samantha.taylor.12@us.af.mil
Phone
4789268726

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • COMMAND, CONTROL, COMMUNICATIONS & BATTLE MANAGEMENT • FA8527 AFLCMC C3IAK
Contracting Office Address
Robins Afb, GA
31098-2122 USA

More in NAICS 541513

Description

THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. This is not a Request for Proposal (RFP) or a commitment by the U.S. Government to award a contract. 

1. SYNOPSIS 

The Air Force Life Cycle Management Center (AFLCMC) is conducting market research to identify potential sources with the capability to provide comprehensive field support for the Air Force Distributed Common Ground System (AF DCGS) weapon system. The Government's objective is to consolidate two existing efforts—DCGS GEOINT Field Support (DGFS) and DCGS SIGINT Field Support (DSFS)—into a single enterprise contract known as DCGS Enterprise Field Support (DEFS). 

The purpose of this sources sought is to determine the existence of sources capable of meeting the highly specialized and demanding requirements outlined below. 

2. BACKGROUND 

The AF DCGS is the Air Force's primary weapon system for executing global Intelligence, Surveillance, and Reconnaissance (ISR) operations. It is a globally networked system-of-systems that produces and disseminates actionable intelligence to Combatant Commanders and national decision-makers. 

The DEFS contract will provide 24/7/365 sustainment and field support services necessary to maintain the operational readiness of the AF DCGS enterprise across approximately 20 geographically dispersed locations worldwide. The paramount requirement of this effort is to maintain a 99.5% Operational Availability (Ao) rate for this critical national security system. 

3. REQUIREMENT DESCRIPTION 

The DEFS contractor shall provide all personnel, management, and services required for the complete sustainment of the AF DCGS enterprise. Key tasks include, but are not limited to: 

  • Global Field Support: Provide on-site field service engineers and technicians at all AF DCGS locations. 

  • System & Network Administration: Manage and maintain complex server architecture, workstations, and networks processing data up to the Top Secret/Sensitive Compartmented Information (TS/SCI) level. 

  • Cybersecurity: Ensure continuous compliance with all DoD and Intelligence Community cybersecurity directives, including patching, vulnerability scanning, and incident response. 

  • Hardware Maintenance & Logistics: Perform preventative and corrective maintenance on system hardware and manage a global spares inventory. 

  • Program Management: Provide centralized management to oversee all contract activities and ensure performance standards are met across all sites. 

4. CRITICAL CAPABILITIES & CHALLENGES 

Interested parties must demonstrate their ability to meet the following critical requirements, which are considered significant barriers to entry: 

  • Workforce: The ability to provide and maintain a workforce of several hundred personnel with active TS/SCI security clearances and relevant technical certifications (e.g., Security+, CISSP, specific OEM certifications). 

  • Global Footprint: Possess the existing infrastructure and management capability to support approximately 20 geographically dispersed locations worldwide, including both CONUS and OCONUS sites. 

  • Transition without Service Disruption: The ability to execute a full transition and assume all responsibilities within 60 days of contract award without any degradation of service or failure to meet the 99.5% Operational Availability requirement from day one. This includes having a fully staffed, cleared, and trained workforce in place at all locations upon completion of the transition period. 

  • System-Specific Experience: Demonstrated experience supporting the specific, complex, and often proprietary hardware and software components of the AF DCGS weapon system. 

5. REQUESTED INFORMATION FROM INTERESTED PARTIES 

Interested parties are requested to submit a Capability Statement (not to exceed 15 pages) that provides clear and convincing evidence of their ability to meet the requirements described above. The statement must, at a minimum, address the following: 

  • Company Information: Company name, address, CAGE code, UEI number, and small business status (if applicable). 

  • Workforce Capability: A detailed plan describing how your company would recruit, hire, clear, and retain the required number of TS/SCI-cleared personnel with the necessary technical skills to ensure full staffing at all global locations. 

  • Transition Plan: A narrative explaining how your company would successfully execute the 60-day transition without causing any service disruption to this critical weapon system. The plan must specifically address the risk of not meeting the 99.5% Ao rate. 

  • Relevant Experience: A summary of at least two (2) and no more than three (3) recent (within the past 5 years) contracts of similar size, scope, and complexity, including support for large, globally distributed, high-security government systems. 

  • System Experience: Describe your company's direct experience with the AF DCGS weapon system or comparable ISR ground systems. 

6. SUBMISSION INSTRUCTIONS 

  • Request a copy of the PWS via email to be sent over via DoD Safe. 
  • Submissions shall be made via email to barry.frank@us.af.mil and samantha.taylor.12@us.af.mil. 

  • The subject line of the email shall read: "Response to Sources Sought: DEFS." 

  • Proprietary information should be clearly marked. 

7. DISCLAIMER 

The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. This notice is for market research purposes only and does not constitute a solicitation. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.