- 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
Notice of Intent to Award a Sole Source Contract for Vertical Lift Module (VLM) Maintenance Services
Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 05, 2026.
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
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
Subject: Notice of Intent to Award a Sole Source Contract for Vertical Lift Module (VLM) Maintenance Services
NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC Code: J039 - Maintenance, Repair, and Rebuilding of Equipment: Materials Handling Equipment
Description: The NAVSUP Fleet Logistics Center San Diego (FLCSD) intends to award a sole source Firm-Fixed-Price contract to Southwest Solutions Group, Inc., CAGE Code: 0HDL3, in accordance with FAR 13.501(a) and FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."
This requirement is for the maintenance and repair of Government-owned Vertical Lift Modules (VLMs) located at multiple Naval installations, including Naval Air Station North Island (NASNI), Naval Air Station Fallon (NASF), Naval Air Station Lemoore (NASL), and Naval Base Ventura County (NBVC). The contractor shall provide qualified personnel, equipment, supplies, tools, materials, supervision, and other items and non-personal services necessary to perform Preventive Maintenance (PM) and Corrective Maintenance (CM) on VLMs. Additionally, the contractor shall provide spare parts kits specific to each VLM model, phone support, and First-Aid Training as defined in the Performance Work Statement (PWS).
Justification: The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Southwest Solutions Group, Inc., is the sole authorized service provider for the VLMs and possesses proprietary knowledge, technical expertise, and access to OEM parts required to maintain and repair the VLMs. No other vendor has been identified as capable of meeting the Government's requirements without significant risk to performance, cost, and schedule.
Places of Performance:
- Naval Air Station North Island (NASNI): 661 Rogers Rd, Building 661, San Diego, CA 92135
- Naval Air Station Fallon (NASF): 4755 Pasture Rd, Building 25, Fallon, NV 89496
- Naval Air Station Lemoore (NASL): 140 Reeves Blvd, Building 140, Lemoore, CA 93246
- Naval Base Ventura County (NBVC): 35th Ave, Building 801, Port Hueneme, CA 93041
Submission of Capability Statements: This notice of intent is not a request for competitive quotes or proposals. However, responsible sources may identify their interest and capability to respond to this requirement by submitting a capability statement in writing to Raul Alcantara at raul.r.alcantara.civ@us.navy.mil no later than 05 March 2026 at 12:00 p.m. Pacific Standard Time (PST). Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract is entirely at the discretion of the Government.
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.