- 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 Sole Source Intent
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AZ. Response deadline: Apr 20, 2026. Industry: NAICS 541330 • PSC R425.
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 541330 (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 44 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541330
Description
Sole Source Intent: The United States Army Mission and Installation Contracting Command – Yuma Proving Ground (MICC-YPG), located at U.S. Army Yuma Proving Ground (USAYPG), Yuma, Arizona, intends to award a Cost-Plus-Fixed-Fee (CPFF) contract to Cibola Information Systems, Inc. located at 2626 S Cheyenne Ave, Yuma, AZ 85365. USAYPG requires highly specialized technical expertise to support its critical test mission. This support includes the development, maintenance, and expansion of Global Positioning System (GPS) instrumentation; advancement in the Improved Vehicle Tracking System (IVTS) and WindPack systems; and the customization and integration of GPS instrumentation for various test programs such as electronic warfare, ground combat, and ammunition systems. Cibola Information Systems, Inc. has developed and maintained the proprietary software and technical data for the GPINS, IVTS, WindPack, and 6DVTS systems. CIS possesses unique and proprietary knowledge, proprietary rights, and the specialized engineering expertise to provide the required GPINS services. The anticipated Period of Performance is 1 June 2026 through 31 May 2031. The North American Industry Classification System (NAICS) Code is 541330 with the standard a standard size of $25.5M.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. To protect proprietary information and prevent the unintentional releasing of guarded information, all interested firms must conduct their own research regarding the specifications of the above listed requirement. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm’s technical capability to meet these requirements by 20 April 2026 at 8:00 AM Mountain Standard Time (MST).
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.