FA830726RB019 - SBOM Vulnerability Scanning RFI
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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.
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.
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.
- 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
- 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
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.