This is a 100% Total set-aside for non-personal services. The award will be based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Please review the RFP and all attachments for details. RFP Q&A due Wednesday 07 Jan 2026 at 10:00AM CST . RFP Responses due Wednesday 12 Jan 2026 at 10:00AM CST . Please monitor Sam.gov for all updates and changes. Site Visit: This visit is scheduled for Tuesday, 06 January 2026 10:00 AM CST at the Lackland Valley Hi Visitor Control Center, located at Building 9504,1033 Truemper St., JBSA-Lackland, TX 78236 . Required documentation includes: REAL ID driver's license Vehicle registration Proof of insurance If a REAL ID license is not available, attendees must present both a passport and driver's license. Failure to provide the required documentation will result in denial of a base pass and site access. Confirm attendance or request a base pass by emailing teresa.sullivan.4@us.af.mil and emily.rodriguez.8@us.af.mil no later than Monday, 29 December 2025 at 10:00 AM CST. The Government is limiting the number of contractor representatives to two (2) per company. Contractors needing a base pass must arrive at the Visitor Control Center NLT 30-minutes prior to the scheduled visit. Government personnel will escort all vendors to respected sites.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.