- 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
Hill AFB - Tribal Meeting & Consultation
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Apr 08, 2026. Industry: NAICS 541720 • PSC F011.
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 541720 (last 12 months), benchmarked to sector 54.
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 32 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541720
Description
This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation number FA820126R0010 is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 and its supplements.
The contractor shall provide comprehensive support for two distinct tribal consultation objectives. The first service area is to facilitate and conduct a traditional cultural specialist survey of a designated portion of the Utah Test and Training Range (UTTR). This will be done in partnership with designated Traditional Cultural Specialists (TCSs) from tribes affiliated with Hill Air Force Base and the UTTR. The second service area is to provide expert consultation support at the Utah DoD Annual American Indian Meeting. The contractor must have demonstrated experience in coordinating tribal surveys and consultation, an understanding of the ethnographic history of the UTTR, the ability to reimburse tribes for expenses and pay, and a principal investigator who meets Secretary of the Interior professional qualification standards. All TCSs must be identified by the corresponding tribal government.
The Government intends to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 5-year, 6-month ordering period. The contract will be priced using the schedule of fixed, fully-burdened hourly labor rates and cost-reimbursable line items for Travel and Other Direct Costs (ODCs) proposed by the offeror. All Task Orders issued against this contract will be awarded on a Firm-Fixed-Price (FFP) basis, derived from the fixed prices established in the base IDIQ contract.
The Government will evaluate offers and make an award based on the best value to the Government. The evaluation will assess the fairness and reasonableness of the offeror's proposed fully-burdened hourly rates for CLINs 0001-0004. The Government is not requesting a total price for a sample task at this time; the award will be based on the strength and value of the proposed unit prices which will be incorporated into the resulting IDIQ contract.
All questions regarding this acquisition must be submitted by 27 March 2026 at 10:00 a.m. MDT to allow for the Government to assess the inquiry and provide a response.
Interested parties shall submit their proposals via email. The Government reserves the right to award a contract/order with/without discussions with respective offerors.
Amendment 01
This Amendment makes the following significant changes to Solicitation FA820126R0010:
-
Revised Statement of Work (SOW): The SOW has been updated to better reflect the requirements of an Indefinite Delivery Indefinite Quantity (IDIQ) contract.
-
Revised CLIN Structure: The pricing structure has been changed. Offerors are now required to propose fixed hourly labor rates on the revised CLIN schedule, not a total project price.
-
Note 1 - Travel: Travel will be reimbursed at actual costs incurred, in accordance with Joint Travel Regulations (JTR). For evaluation purposes, offerors shall not include a price for this CLIN. A Not-to-Exceed (NTE) ceiling will be established in each Task Order.
-
Note 2 - ODCs: ODCs will be reimbursed at actual costs incurred. For evaluation purposes, offerors shall not include a price for this CLIN. An NTE ceiling will be established in each Task Order.
-
Added Wage Determinations: The applicable Department of Labor Wage Determinations have been added to the solicitation attachments.
-
Proposal Due Date Extended: The deadline for proposal submission has been extended to 08 April 2026 @ 1330 MDT.
All offerors are required to review the revised solicitation documents in their entirety and must acknowledge this amendment as part of their proposal submission.
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.