Skip to content
Department of Defense

Mission Planning and Technical Support Services

Solicitation: FA286026F0007
Notice ID: 77efa3355d18409da8514f6c491a862e
TypeSources SoughtNAICS 541990PSCR499Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateMDPostedApr 13, 2026, 12:00 AM UTCDueApr 28, 2026, 04:00 PM UTCCloses in 15 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 28, 2026. Industry: NAICS 541990 • PSC R499.

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: FA286026F0007. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.

12-month awarded value
$210,532,013
Sector total $5,897,888,261,839 • Share 0.0%
Live
Median
$30,243
P10–P90
$12,132$159,163
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)
-69%(-$110,842,314)
Deal sizing
$30,243 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 MD
Live POP
Place of performance
Andrews Air Force Base, Maryland • 20762 United States
State: MD
Contracting office
Jb Andrews, MD • 20762-7001 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MD20260121 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Prince George's
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+77 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 77 more rate previews.
Davis-BaconBest fitstate match
MD20260121 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Prince George's
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.55
+76 more occupation rates in this WD
Davis-Baconstate match
MD20260030 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Baltimore City
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+63 more occupation rates in this WD
Davis-Baconstate match
MD20260125 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $36.09Fringe $18.76
+57 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD

Point of Contact

Name
Archie Y. Warren
Email
archie.warren@us.af.mil
Phone
Not available
Name
Dione L. Brooks
Email
dione.brooks@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE DISTRICT OF WASHINGTON
Office
FA2860 316 CONS PK
Contracting Office Address
Jb Andrews, MD
20762-7001 USA

More in NAICS 541990

Description

Description:

1.0 PURPOSE

1.1. The 316th Contracting Squadron (316 CONS) in support of the 89th Operations Support Squadron (OSS) is seeking information from interested contractors to perform flight planning, official organizational messaging, diplomatic over flight/landing clearance coordination, and aircraft logistical support for Very Important Person (VIP) airlift missions, in accordance with the Performance Work Statement (PWS) specifications. The projected place of performance is located at Joint Base Andrews Maryland. Please see attached DRAFT copy of the PWS for additional details.

1.2. THIS IS FOR INFORMATIONAL AND MARKET RESEARCH PURPOSES ONLY. It does not constitute a solicitation, a synopsis of a solicitation, a promise on the part of the Government to later publish a solicitation, or ultimately award a contract. It is a market research tool being utilized to determine the availability of sources and the method of procurement. Respondents are further advised that the U.S. Government will not reimburse the costs of preparing for submitting a response, nor pay for any information or administrative costs incurred in response to this notice.

Only written responses will be considered. All responses from responsible sources will be fully considered. A non-response to this notice does not preclude participation in a future request for proposals, Request for Proposal (RFP), if one is issued. As a result of analyzing responses to this market research, the contracting officer may determine that a solicitation will be issued. Information submitted will not be returned. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If a solicitation is released, it will be synopsized and published on the Contract Opportunities website at sam.gov. It is strictly the responsibility of potential respondents to monitor this website for additional information pertaining to this requirement.

2.0 BACKGROUND

2.1. Period of Performance: Base plus 4 option years

2.2. Limitations: None

2.3. Security Requirements: Ability to obtain access to a military installation is required.

3.0 RESPONSES

3.1. The information provided by industry may be used in the formulation of an acquisition strategy and a future RFQ, as applicable. Companies with the capability of performing flight planning and aircraft logistical support services as outlined in the Draft PWS should submit an electronic copy of their Statement of Capability via email.

3.2. Email all responses to both of the following POCs:

Archie Y. Warren, archie.warren@us.af.mil

Dione Brooks, dione.brooks@us.af.mil

3.3. Capability Statements shall be received in Microsoft Word for Office or compatible format no later than 28 April 2026 at 12:00 PM Eastern Daylight Time.

3.4. The Government requests interested parties submit a comprehensive capability statement as part of our ongoing market research. The statement must be specific to the information requested and clearly demonstrate your company's qualifications. The information provided will be used solely to assess the capabilities within the market. Inconclusive information will not assist in this determination. This notice is for informational purposes only and is not a solicitation for proposals. At a minimum, submissions shall include:

  1. A detailed capability statement that addresses your company's relevant experience, core competencies, and understanding of the requirement.
     
  2. Administrative Information:
    • Company Name & Mailing Address
    • Point of Contact (Name, Phone, Email)
    • UEI Number & CAGE Code
    • Tax Identification Number
    • Company Structure (Corporation, LLC, etc.)

Note: Generic marketing materials are not a substitute for a tailored capability statement.

3.5. All responding businesses are required to identify their firm's size and business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541990, All Other Professional, Scientific, and Technical Services, with a business size standard of $19,500,00.00.

3.6. If applicable, provide a statement of the company's contracting strategy and intentions to subcontract.

3.7. Email attachments are subject to size and type restrictions (typically limited to less than 2 MB in size and only non-executable attachments such as .doc or .pdf files), as well as any other appropriate network security measures that are enforced at the time.

3.8. A statement that the respondent will not allow the Government to release its proprietary data. In the absence of this documentation, the Government will assume that the respondent does NOT agree to the release of its submission to any other Government agency or contracted support.

3.9. Responses shall be limited to five (5) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submitted information becomes Government property and will not be returned.

4.0 QUESTIONS

Questions regarding this sources sought notice shall be e-mailed no later than 12:00 PM Eastern Daylight Time on 21 April 2026 to the Contract Specialist, Archie Y. Warren, at archie.warren@us.af.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Questions should be submitted for the intended purpose to obtain further clarification of the respondent’s potential capability to meet the requirements. The Government does not guarantee that questions received after 12:00 PM Eastern Daylight Time on 21 April 2026 will be answered. You can expect answers to submitted questions to be posted on the Contract Opportunities website at www.beta.sam.gov.

5.0 SUMMARY

THIS IS A REQUEST FOR SOURCES ONLY to identify contractors that can perform flight planning and aircraft logistical support services. The information provided in this notice is subject to change and is not binding on the Government. The 316 CONS has not made a commitment to procure any of the services mentioned, and release of this notice should not be construed as such a commitment or as authorization to incur cost for reimbursement. Please see attached draft copy of the Performance Work Statement (PWS) for additional details.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.