Skip to content
Department of Defense

WORLDWIDE WAREHOUSE REDISTRIBUTION SERVICES PROGRAM

Solicitation: FA8630WWRS2026
Notice ID: bdf1bbc8d2b14d0084688cd1623c71ea

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 23, 2026. Industry: NAICS 488991 • PSC V003.

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: FA8630WWRS2026. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 488991 (last 12 months), benchmarked to sector 48.

12-month awarded value
$0
Sector total $1,694,717,637 • Share 0.0%
Live
Median
$0
P10–P90
$0$0
Volatility
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
($0)
Deal sizing
$0 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 OH
Live POP
Place of performance
Wright Patterson AFB, Ohio • 45433 United States
State: OH
Contracting office
Wright Patterson Afb, OH • 45433-5337 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OH20260063 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Wyandot
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
+38 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 38 more rate previews.
Davis-BaconBest fitstate match
OH20260063 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Wyandot
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
Rate
TILE SETTER
Base $35.67Fringe $24.75
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260070 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Brown
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $35.00Fringe $17.13
Rate
TILE FINISHER
Base $27.87Fringe $16.31
+35 more occupation rates in this WD
Davis-Baconstate match
OH20260027 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Brown, Butler
Rate
BRICKLAYER
Base $35.00Fringe $17.13
Rate
ELECTRICIAN
Base $38.05Fringe $22.97
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.02Fringe $15.20
+12 more occupation rates in this WD
Davis-Baconstate match
OH20260029 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lake, Medina
Rate
BRICKLAYER
Base $34.04Fringe $7.88
Rate
POWER EQUIPMENT OPERATOR (Bulldozer, Backhoe/Excavator)
Base $39.46Fringe $15.15
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
+10 more occupation rates in this WD

Point of Contact

Name
James Bane
Email
james.bane.4@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • FA8630 AFLCMC WFK AFSAC
Contracting Office Address
Wright Patterson Afb, OH
45433-5337 USA

More in NAICS 488991

Description

AIR FORCE LIFE CYCLE MANAGEMENT CENTER
AIR FORCE SECURITY ASSISTANCE AND COOPERATION DIRECTORATE SOURCES SOUGHT NOTICE FOR
IN-TRANSIT INSPECTION POINT SERVICES FOR THE WORLDWIDE WAREHOUSE REDISTRIBUTION SERVICES PROGRAM


1.0. SOURCES SOUGHT NOTICE (SSN):
This SSN is published for market research, planning, and information purposes only.

a.    The United States Government (USG) does not intend to award a contract on the basis of this SSN or any information received in response to this notice. This SSN is for market research, planning, and information purposes only. This SSN does not constitute a request for quotation, an invitation for bid, a request for proposal or an obligation on the part of the USG or any other government/country, implied or otherwise, to acquire any products or services. Although the words “proposal” and “offeror” are used in this SSN, the information provided in any response to this notice does not constitute a proposal. The responses provided by the respondents to this SSN will be treated as information only. No quotes, bids or proposals are sought at this time, and unsolicited proposals in response to this SSN will not be accepted. This SSN does not constitute the authority to enter into negotiations to award a contract. There is no solicitation available at this time. This SSN is not a commitment, implied or otherwise, by the USG or any other government/country to issue a solicitation or ultimately award a contract for any supply or service. If the USG decides to award a contract for this or another related effort, a solicitation will be published and posted on SAM.gov. Responses to this SSN are strictly voluntary and do not ensure participation in any future solicitations or contract awards.

b.    This SSN is for market research, planning, and information purposes that include, but are not limited to, identifying responsible potential sources that possess the expertise, capabilities, and experience to meet the requirements in this SSN and assisting with determining whether or not this effort can be competitive and/or a total set aside for small business or any small business program. The issuance of this SSN does not restrict the USG’s acquisition approach. The information provided by the respondents to this SSN may be used by the USG in developing its acquisition strategy, performance work statement/statement of work/statement of objectives and performance specifications. Respondents will not be notified, individually or otherwise, of the results of any government assessments resulting from this SSN.

c.    All respondents to this SSN are responsible for adequately marking proprietary and competition sensitive information contained in their response.
 
d.    No entitlement for payment for any costs will arise as a result of any interested party’s participation or responses to this SSN or the use of any information provided by a respondent/interested party. Neither the USG nor any other government/country shall pay for information submitted in response to this SSN. Any costs incurred as a result of this SSN shall be borne solely by the respondent/interested party and will not be charged to the USG or any other government/country for reimbursement. No funds have been authorized, appropriated or received for this effort.

e.    Responses to this SSN will not be returned to the respondents. Additionally, any other information submitted to the USG as a result of this SSN will not be returned to the submitters.

f.    The purpose of publicizing notices for potential actions is to increase competition, broaden industry participation in meeting government requirements, and assist small businesses in general in obtaining contracts and subcontracts.

g.    FOREIGN-OWNED COMPANIES, FOREIGN-CONTROLLED COMPANIES, AND FOREIGN NATIONALS ARE NOT ALLOWED TO PARTICIPATE AT ANY LEVEL AND/OR TIER INVOLVING THIS SSN OR ANY POSSIBLE SUBSEQUENT PROCUREMENT THAT MAY RESULT.


2.0. DESCRIPTION:

a.    The Air Force Life Cycle Management Center (AFLCMC), Air Force Security Assistance and Cooperation Directorate (AFLCMC/WF (AFSAC)) located at Wright-Patterson Air Force Base, Ohio (WPAFB, OH) is publicizing this SSN to identify responsible potential sources that possess the expertise, capabilities, and experience to provide In-transit Inspection Point (IIP) services for the Worldwide Warehouse Redistribution Services (WWRS) Program. The WWRS Program is a fee for service web-based international redistribution program.

b.    AFLCMC/WF (AFSAC) is seeking to identify responsible potential sources that are capable of providing IIP services for the receipt and transfer of excess serviceable support equipment and spare parts from approved Foreign Military Sales (FMS) countries and international organizations to fill approved FMS and USG department/agency materiel requirements as well as daily IIP liaison support. The primary IIP contractor responsibilities include, but are not limited to, identification and verification of materiel; sanitization, marking and packaging of materiel; timely shipment/transfer of materiel to the purchaser’s freight forwarder; visual inspections; and documentation as well as daily IIP liaison support services at the WWRS Program Management Office (PMO) at WPAFB, OH.

c.    General Overview of Services: See the draft performance work statement attached to this SSN entitled, “Performance Work Statement for In-Transit Inspection Point Services for the Worldwide Warehouse Redistribution Services Program.”
 
3.0. HISTORICAL ENVIRONMENT:

a.    Average shipments processed per month through the IIP for the period of performance of June 2021 through December 2025: Approximately 54 shipments.

b.    Value range of materiel items processed through the IIP for the period of performance of June 2021 through December 2025: Approximately $1.2 - $3.9M.


4.0. POTENTIAL SOURCES:

a.    Information is being collected from all potential sources at this time.

b.    Small business participation is highly encouraged. Note: If there are sufficient demonstrated interest and capability among small business contractors, a set-aside action may be taken under the guidelines of FAR 19.  NOTE: A key factor in determining an acquisition to be a small business set-aside is that the small prime business contractors must perform at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting.

c.    All prospective contractors must be registered in the System for Award Management database (SAM.gov) to be awarded a DoD contract.


5.0. CONTRACTOR CAPABILITY PACKAGE:

a.    All interested parties should submit capability packages that outline their capability to provide the WWRS Program IIP requirements in this SSN.

b.    The capability package should be brief and concise, and it should clearly demonstrate the interested party’s ability to meet the requirements in this SSN.

c.    The capability package should include, but not be limited to, the interested party’s responses to the information requested in the contractor capability survey attached to this SSN.

d.    All interested parties should respond to each requirement/area of discussion using the same numbering schemes provided in Attachment 1 entitled, “Contractor Capability Survey” and Attachment 2, Draft Performance Work Statement (PWS) entitled, “Performance Work Statement for In-transit Inspection Point Services for the Worldwide Warehouse Redistribution Services (WWRS) Program,” of this SSN.
 
6.    GENERAL REQUIREMENTS FOR ALL INTERESTED PARTIES:

a.    The response shall not exceed 15 pages. The page count includes proposed changes to the PWS.

b.    Each page shall be printable on 8.5 x 11 inches paper.

c.    Page margins shall be at least 1-inch on the top and bottom and ¾ inch on each side.

d.    Each page shall be single-spaced.

e.    Font shall be Times New Roman.

f.    Font size shall be no less than twelve (12) point.

7.    SUBMITTAL INFORMATION:

Responses to this SSN shall be submitted no later than 1:00 p.m. Eastern Standard Time, Monday, 23 February 2026.

a.    Responses to this SSN shall be submitted via e-mail to James Bane at james.bane.4@us.af.mil and Ian Martian at ian.martin.10@us.af.mil.

b.    E-mails transmitting the responses to this SSN shall contain a subject line that reads "WWRS Program In-Transit Inspection Point (IIP) Services SSN Response”. If this subject line is not included, the e-mail may not get through e-mail filters at WPAFB, OH. Filters are designed to delete e-mails without a subject or with a suspicious subject or attachments.

c.    E-mails transmitting questions associated with this SSN shall contain a subject line that reads "WWRS Program In-Transit Inspection Point (IIP) Services SSN Questions”.

d.    Responses to this SSN shall be submitted in Microsoft Office product formats (i.e., Microsoft Word, Excel, and PowerPoint).

e.     Ensure only .pdf, .doc, or .xls documents are attached to your e-mail. Attachments with files
ending in .zip or .exe are not allowable and will be deleted by e-mail filters at WPAFB, OH.

f.    Responses to this SSN will not be returned to the respondents. Additionally, any other information submitted as a result of this SSN will not be returned to the submitters.

g.    It is the responsibility of all interested parties to monitor SAM.gov for all subsequent postings for In-transit Inspection Point (IIP) services for the Worldwide Warehouse Redistribution Services (WWRS) program. If a solicitation is issued for IIP services for the WWRS program, it will be announced at a later date, and all interested parties must respond to that solicitation announcement separate from the responses to this SSN.
 
8.    OMBUDSMAN:

An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The AFLCMC Ombudsman can be contacted at:
Col Paul W. Tinker Deputy Director
Acquisition Excellence & Program Execution Directorate 
ASCA@us.af.mil


9.    ATTACHMENTS:

a.    Attachment 1, Contractor_Capability_Survey
b.    Attachment 2, Draft_WWRS_IIP_PWS_DRAFT
 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Client-ready brief
Executive summary
medium confidencegpt 4o mini

The Department of the Air Force has issued a Sources Sought Notice for In-Transit Inspection Point (IIP) services related to the Worldwide Warehouse Redistribution Services Program, with a solicitation number FA8630WWRS2026. This effort seeks to identify potential contractors capable of handling the receipt and transfer of excess equipment from approved Foreign Military Sales countries, looking for entities that can perform significant IIP responsibilities. The notice does not indicate a request for proposals at this time but is aimed at gathering market information until February 23, 2026.

logisticswarehousing servicesIn-Transit Inspection PointForeign Military SalesAir Forcegovernment contracting
What the buyer is trying to do

The Air Force aims to identify responsible sources that can provide IIP services for managing excess serviceable support equipment and spare parts tied to Foreign Military Sales, supporting material requirements for various government agencies.

Who should pursue this
  • Companies specializing in logistics and warehousing services.
  • Businesses with experience in international trade and military contracts.
  • Firms with capabilities in processing and handling serviceable equipment.
Work breakdown
  • Identify and verify materiel to be processed.
  • Sanitize, mark, and package materiel.
  • Facilitate timely shipment/transfer to the purchaser’s freight forwarder.
  • Conduct visual inspections and maintain documentation.
  • Provide daily IIP liaison support at the WWRS Program Management Office.
Response package checklist
  • Capability package demonstrating ability to meet IIP requirements.
  • Responses to the Contractor Capability Survey.
  • Attach findings from the Draft Performance Work Statement.
  • Ensure compliance with the 15-page limit and formatting rules.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • All interested parties must be registered in SAM.gov.
  • Responses must be marked with proprietary information appropriately.
  • Foreign entities are not allowed to participate.
Pricing strategy
  • Responses are for market research; no pricing is required at this stage.
  • Consider the potential for a future set-aside for small businesses.
Teaming and subs
  • Small businesses could partner with larger firms to fulfill the prime contractor requirements.
  • Potential for joint ventures among companies with complementary capabilities.
Risks and watchouts
  • Lack of sufficient responses might lead to fewer quality vendors being considered.
  • Non-compliance with formatting regulations could result in disqualification.
  • Foreign companies attempting to participate may face automatic disqualification.
Smart questions to ask
  • What are the key performance metrics for IIP services?
  • Is there a historical precedent for the expected workload on IIP services?
  • Are there specific compliance standards that must be adhered to outside of SAM registration?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details on the specific performance work statement attached to the SSN.
  • Clarification on the total projected value allocation for future contracts.
  • Information on the anticipated competitive landscape and previous contractor performance.

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.