Skip to content
Department of Defense

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)

Solicitation: FA8807-PTSGJHNV-NOI-001
Notice ID: 983f853f838646d789d1b9342bfa96b2

Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 27, 2026. Industry: NAICS 517810 • PSC AC23.

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: FA8807-PTSGJHNV-NOI-001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 517810 (last 12 months), benchmarked to sector 51.

12-month awarded value
$2,385,725
Sector total $556,685,437 • Share 0.4%
Live
Median
$275,000
P10–P90
$275,000$275,000
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($2,385,725)
Deal sizing
$275,000 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 CA
Live POP
Place of performance
El Segundo, California • 90245 United States
State: CA
Contracting office
El Segundo, CA • 90245-2808 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Scott Lucas
Email
scott.lucas.1@spaceforce.mil
Phone
3106533857
Name
Heather Ayres
Email
heather.ayres@spaceforce.mil
Phone
3106533108

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
SPACE SYSTEMS COMMAND
Office
PEO MILITARY COMMUNICATION AND POSITION NAVIGATION TIMING • FA8807 MIL COMM AND PNT SSC/CGK
Contracting Office Address
El Segundo, CA
90245-2808 USA

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.

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.