- 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 Sole-Source Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hubs (NON-VARIANT)
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 27, 2026. Industry: NAICS 517810 • PSC AC23.
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
Market snapshot
Awarded-market signal for NAICS 517810 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 247 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 517810
Description
Action: Notice of Intent to Award a Sole Source Contract (Pre-Solicitation Synopsis)
Agency: Department of the Air Force
Office: United States Space Force (USSF)
Location: Space Systems Command (SSC), Military Communications and Positioning, Navigation, and Timing Program Executive Office (MCPNT)
Product/Service Code (PSC): AC23
NAICS Code: 517810
U.S. Space Force, Space Systems Command, on behalf of the Military Communications and Positioning, Navigation, and Timing Program Executive Office at Los Angeles Air Force Base, CA, intends to award a Firm Fixed Price (FFP) modification on a sole source basis for the Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hubs (NON VARIANT). Under the authority of Federal Acquisition Regulation (FAR) 6.103‐1(c)(2) (RFO), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 U.S.C. § 3204(a)(1)), Space Systems Command intends to award this sole source contract modification to The Boeing Company, Cage Code 9E831, located at 900 N Pacific Coast Hwy, El Segundo, CA 90245. The resultant modification to the PTES contract, FA880819C0001, will have the contractor deliver to the Government and install 8 Joint Hubs to PTS-G.
Market research conducted to date by the Government has included the posting of a Sources Sought Request for Information (RFI) on 21 March 2025 and a comprehensive analysis of the responses received. The Government has since determined that the PTS-G program will no longer require a unique PTES Joint Hub Variant (JHV), and that the current PTES JH configuration in development by Boeing on contract FA880819C0001 will meet all PTS-G requirements. The results of this market research, along with the change in requirements to a non-variant of the JH, indicate that award of these JHs for PTS-G to The Boeing Company is justified in accordance with 10 U.S.C. § 3204(a)(1), as implemented by FAR 6.103-1(c)(2) (RFO) because it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency’s requirements. A copy of the approved Sole Source Justification and Approval (J&A) document will be made public within 14 days of contract award. The planned contract modification is anticipated to be awarded in October 2026.
This notice of intent is not a request for competitive proposals and no solicitation document will be issued. However, all responsible sources interested in responding to this notice may submit a capability statement which shall be considered by the agency. Any capability statement shall include the following information: 1) the business’s demographic information showing responsibility in accordance with FAR Part 9; 2) specific exception to the intent to procure on a sole source basis; 3) technical data showing the capabilities of the respondent to perform the work listed above; 4) past performance information on similar projects. The capability statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services as listed above without substantial duplication of costs not expected to be recovered through competition or unacceptable delays in meeting the Government’s requirement.
A request for documentation or additional information or submissions that only ask questions will not be considered an affirmative response to this notice. A determination by the Government not to provide for full and open competition based on responses to this notice is solely within the discretion of the Government. Information received will not be paid for by the Government. Capability statements are due on Friday, 27 March 2026 at 1300 Pacific Time. It is the responsibility of the respondent to contact the Government to confirm receipt prior to the above due date and time.
Edited on 24 March 2026 to correct authority citations.
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.