Skip to content
Department of Defense

FA830726RB019 - SBOM Vulnerability Scanning RFI

Solicitation: FA830726RB019
Notice ID: 6eaada296487489b88b02aefbca2aa40

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Feb 19, 2026. Industry: NAICS 541519 • PSC 7A20.

Market snapshot

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

12-month awarded value
$695,768,599
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$500,000
P10–P90
$67,222$77,049,535
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%($437,409,095)
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 TX
Live POP
Place of performance
San Antonio, Texas • 78205 United States
State: TX
Contracting office
San Antonio, TX • 78243-7007 USA

Point of Contact

Name
Platform One License Management Team
Email
aflcmc.hncx.p1licensemanagement@us.af.mil
Phone
2109256490
Name
Contracting Officer: Major Jamail Walker
Email
aflcmc.hnckp.platformonectr@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 LIFE CYCLE MANAGEMENT CENTER • COMMAND, CONTROL, COMMUNICATIONS & BATTLE MANAGEMENT • FA8307 AFLCMC HNCK C3IN
Contracting Office Address
San Antonio, TX
78243-7007 USA

More in NAICS 541519

Description

This Request for Information (RFI) is issued in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (Request for Information or Solicitation for Planning Purposes - Oct 1997) and is published to obtain information for use by the Air Force Lifecycle Management Center (AFLCMC), Cryptologic and Cyber Systems Division (CCSD), Joint Base San Antonio - Lackland, Texas, for market research and planning purposes only.

THIS RFI IS NOT A REQUEST FOR PROPOSAL, INVITATION FOR BID, OR AN ANNOUNCEMENT OF A SOLICITATION; IT IS ONLY INTENDED FOR INFORMATION OR PLANNING PURPOSES. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the government will arise as a result of preparing submissions in response to this RFI and the government's use of such information. Submittals will not be returned to the sender. Respondents to this RFI may be asked to provide additional information/details based on their initial submittals.

GENERAL SCOPE

The government is seeking sources who can provide software licenses with capabilities that meet the requirements of the attached “Draft” Statement of Work (SOW) for Software Bill of Materials (SBOM) Generation & Vulnerability Analysis Solution. All feedback and information received may be used to determine the appropriate acquisition strategy.

PERFORMANCE REQUIREMENTS

The contractor shall:

               Provide a base one-year software license plus four (4) One-Year Option Periods.

PRODUCT

The proposed product must be a commercial license that meets the requirements of the Draft Statement of Work attached herein.

DELIVERY

Period of Performance:

               Base:               1 Aug 2026 -31 July 2027
               Option Year 1: 1 Aug 2027 -31 July 2028
               Option Year 2: 1 Aug 2028 -31 July 2029
               Option Year 3: 1 Aug 2029 -31 July 2030
               Option Year 4: 1 Aug 2030 -31 July 2031

The government requests White Paper responses:

  • Company information to include UEI, CAGE Code, Contract Vehicles, POC
  • Potential software solution(s) that could meet the government requirements
    • Brief Narrative of how software solutions meets the requirements.
  • Limit responses to 2 pages, 1-inch margins, 12-point Times New Roman font.
  • Submit responses to aflcmc.hncx.p1licensemanagement@us.af.mil      &      aflcmc.hnckp.platformonectr@us.af.mil  by February 20, 2026.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Department of the Air Force has issued a Request for Information (RFI) on February 9, 2026, to identify sources for software licenses that facilitate Software Bill of Materials (SBOM) generation and vulnerability analysis. The RFI is focused on collecting feedback for planning purposes, with the potential for continued engagement in contract opportunities affecting the Software Lifecycle Management. Companies are invited to provide white papers detailing their solutions by February 20, 2026.

What the buyer is trying to do

The Air Force Lifecycle Management Center (AFLCMC) is conducting market research to identify potential vendors capable of supplying software licenses for SBOM generation and vulnerability analysis. They are gathering options and feedback to shape their acquisition strategy.

Work breakdown
  • Analyze the attached Draft Statement of Work (SOW) for software requirements
  • Develop a white paper limited to 2 pages outlining potential software solutions
  • Include company information such as UEI, CAGE Code, and Contract Vehicles
  • Provide a brief narrative explaining how the software meets requirements
  • Submit the white paper to the specified government email addresses before the deadline
Response package checklist
  • Company information including UEI and CAGE Code
  • Potential software solutions details
  • Narrative on how solutions meet the government requirements
  • Response format adhering to specified layout (2 pages, 12-point Times New Roman)
  • Contact information for follow-up
Suggested keywords
SBOMVulnerability AnalysisCybersecuritySoftware LicensingAFLCMC
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • No specific requirements outlined in the Draft SOW are provided for vendors to review
  • Details regarding the anticipated number of licenses required are unspecified
  • The content of the attached Draft SOW is not accessible from the provided links

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.