- 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
USAFA Meteorological Services RFI
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 16, 2026. Industry: NAICS 541990 • PSC R427.
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 541990 (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 78 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541990
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT (SS) and REQUST FOR INFORMATION (RFI) for the upcoming USAFA Meteorological Services acquisition. This SS/RFI is for information and planning purposes only and does not constitute a solicitation or a commitment by the Government. DO NOT submit a quote or proposal in response to this SS/RFI. Information provided in response to this SS/RFI is strictly voluntary. There will be no compensation from the Government for the information provided. A formal solicitation may be executed at a future date.
The North American Industry Classification System (NAICS) Code proposed is 541990: All Other Professional, Scientific, and Technical Services. The size standard is $19,500,000. The proposed Product and Service Code (PSC) is R427 - Weather Reporting/Observation Services. The Government is considering a Small Business set-aside for this acquisition. The proposed contract is contemplated as a firm-fixed price contract for a one-year base period with four one-year option periods.
This requirement is for non-personal services contract to provide Meteorological Services to the United States Air Force Academy (USAFA). The contractor shall provide continuous weather operations support to include weather forecasting, observing, briefing, training, supervision, and any items and services necessary to perform full meteorological services for all customers listed in the Performance Work Statement (PWS).
The current PWS is attached for reference only.
Requested Information:
- Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, Small Business Designation, and System for Award Management (SAM) expiration date.
- Provide past performance on similar meteorological services, as well as Federal Contract numbers as applicable.
- Any other comments/recommendations that the Government should consider for this requirement.
The performance location is on USAF Academy, CO 80840.
Market research is being conducted to determine the interest and capability of potential sources for the requirement. The Government requests interested parties submit a brief description of their company's information, anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers. All interested vendors shall submit a capabilities package that explicitly demonstrates company capabilities, indicating examples of commercial services related to this effort. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The contractor is required to provide all management and labor required for the services listed in the attached PWS. The contractor is also responsible for providing all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Meteorological Services as defined in the PWS. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. In accordance with Revolutionary FAR Overhaul (RFO) 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. The website for registration is www.sam.gov. Email your responses to:
Kenneth Jackson
Contract Specialist
kenneth.jackson.30@us.af.mil
AND
April Delobel
Contracting Officer
april.delobel.1@us.af.mil
Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 16 Apr 2026 at 2:00 PM MDT.
Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
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.