Skip to content
Department of Defense

Vindicator IDS/ACS Windows 10 Upgrade

Solicitation: FA487726QA059
Notice ID: c1a8f7339ffb4ba992f4140f73fa92c3
TypeSolicitationNAICS 561621PSC6350Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateAZPostedApr 02, 2026, 12:00 AM UTCDueApr 13, 2026, 07:30 PM UTCCloses in 5 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: AZ. Response deadline: Apr 13, 2026. Industry: NAICS 561621 • PSC 6350.

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: FA487726QA059. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.

12-month awarded value
$30,803,921
Sector total $2,019,661,040 • Share 1.5%
Live
Median
$36,891
P10–P90
$11,106$70,918
Volatility
Volatile162%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.5%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$25,459,222)
Deal sizing
$36,891 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 AZ
Live POP
Place of performance
Tucson, Arizona • 85707 United States
State: AZ
Contracting office
Davis Monthan Afb, AZ • 85707-3522 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
AZ20260035 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Arizona • Cochise
Rate
POWER EQUIPMENT OPERATOR: Bulldozer
Base $35.56Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Tractor
Base $35.56Fringe $18.12
+44 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 44 more rate previews.
Davis-BaconBest fitstate match
AZ20260035 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Cochise
Rate
POWER EQUIPMENT OPERATOR: Bulldozer
Base $35.56Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Tractor
Base $35.56Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Crane/Derricks
Base $39.17Fringe $18.12
+43 more occupation rates in this WD
Davis-Baconstate match
AZ20260056 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Coconino
Rate
Electrician
Base $33.00Fringe $21.33
Rate
POWER EQUIPMENT OPERATOR: Oiler
Base $32.29Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Field Equipment Serviceperson
Base $35.56Fringe $18.12
+27 more occupation rates in this WD
Davis-Baconstate match
AZ20260023 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Apache
Rate
POWER EQUIPMENT OPERATOR: Drill Rig/Auger
Base $35.56Fringe $18.12
Rate
Ironworker
Base $39.50Fringe $19.91
Rate
Laborer: Asphalt, Includes Raker, Shoveler, Spreader and Distributor
Base $29.91Fringe $9.26
+18 more occupation rates in this WD
Davis-Baconstate match
AZ20260054 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Apache, Graham, Greenlee +1
Rate
Electrician
Base $33.00Fringe $21.33
Rate
POWER EQUIPMENT OPERATOR: Crane/Derrick
Base $36.64Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Loader/Front End Loader
Base $35.56Fringe $18.12
+15 more occupation rates in this WD

Point of Contact

Name
Brian Jamian
Email
brian.jamian.2@us.af.mil
Phone
5202282377
Name
Micky Hallman
Email
micky.hallman.1@us.af.mil
Phone
5202282214

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4877 355 CONS PK
Contracting Office Address
Davis Monthan Afb, AZ
85707-3522 USA

More in NAICS 561621

Description

SOLICITATION:

RFQ  # FA4877-26-QA059

Vindicator IDS/ACS Windows 10 Upgrade

1. This is a solicitation for commercial items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and additional written solicitation will not be issued.

2. Solicitation FA4877-26-QA059 is issued as a Request for Quotation (RFQ).

3. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-06 effective 1 October 2025, DFARS provisions and clauses in effect 11/10/2025, and DAFFARS provisions and clauses in effect 10/16/2024. Additionally, Revolutionary FAR Overhaul updates and DFARS deviations applicable to this solicitation are dated on or after 2/01/2026.

4. This procurement is being issued as a set aside for total small business. The North American Industry Classification System Code is 561621 with a size standard of $25.0M

5. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.

6. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following and in accordance with the attached PWS:

           - CLIN 0001 - Technical Labor (QTY: 50)

           - CLIN 0002 - 548-51010-01 AE Vindicator Security Server (Srv 2019, SQL 2019) 5 CALS, 64GB RAM, RAID 1, 2U Rack Mnt

             (QTY: 1)

           - CLIN 0003 - 548-53000-11 AE VBM 3 Badge Manager Client Workstation (Win 10) Office 2016 Pro, 32GB RAM, RAID 1,

             2U (QTY: 2)

           - CLIN 0004 - 512-34015-02 V5 ACS Firmware Upgrade (per device) (QTY: 5)

7. A site visit is scheduled for 08 April 2026, 12:30 pm PDT

8. All questions must be submitted by 09 April 2026, 5:00 PM, 12:30pm PDT

9. All quotes must be submitted via email by 13 April 2026, 12:30 pm PDT

10. Quotes must, at a minimum, include the following information:

  • Company Name, Company Address, CAGE Code, Small Business Type. Quotes must not exceed 4 pages (including cover page).

11. It is the responsibility of the quoter to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the quoter to ensure all quotes and/or questions are submitted in a timely manner by the specified due date.

12. Points of Contact:

  • Primary: Brian Jamian, Brian.jamian.2@us.af.mil 520) 228-2377
  • Alternate: Micky Hallman, micky.hallman.1@us.af.mil, (520) 228-2214

13. Attachments

  • SOW - Vindicator IDSACS Windows 10 Upgrade_Redacted
  • JA-BNO - Vindicator IDS_ACS Windows 10 Upgrade_Redacted
  • Wage Determination_12.03.2025
  •  Provision and Clauses-FA487725QA042_Vindicator IDSACS Windows 10 Upgrade.2.0
  •  Base Map

14. 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021)

The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors identified below shall be used to evaluate quotes:

  • Technical Acceptability; Technical acceptability is defined and referred to within this solicitation document as the quoter’s capability to meet the defined characteristics of the product or required service.
  • Price;
  • Project Completion Timeline;

Evaluation of past performance will not be conducted as part of this solicitation.

Quoters are advised to present their best terms concerning price and technical capabilities in their initial quotes. The Government, however, reserves the right to engage in discussions with quoters if deemed necessary by the Contracting Officer at a later stage.

Quotes that fail to provide required representations or essential information, or those that reject the terms and conditions of the solicitation, may be excluded from further consideration during the evaluation process.

Options: Not Applicable to this requirement.

A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before the award.

End of Provision

15. 5352.201-9101 ACC Ombudsman (Jul 2023)

An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.

Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

  • Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
  • If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA 23665, telephone (757) 764-5372 (DSN 574-5372) email: acc.a7k1@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

The ombudsman has no authority to render a decision that binds the agency.

Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.

(End of clause)

15. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)

As prescribed in DAFFARS 5323.804-90, insert the following clause in solicitations and contracts: ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024)

  • Contractors shall not:
  • Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
  • Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.

           a. For the purposes of Department of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:

  •  Halons: 1011, 1202, 1211, 1301, and 2402;
  • Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and;
  • Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.

[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.]

End of clause

Files

Files size/type shown when available.

BidPulsar Analysis

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

Analysis is being generated for this notice. Check back shortly.

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.