Skip to content
Department of Defense

NMC2 FY26

Solicitation: FA6800-26-R-1001
Notice ID: c1adc8bc5bb54c6297abd4bbb075e85b

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: LA. Response deadline: Feb 20, 2026. Industry: NAICS 541511 • PSC DA01.

Market snapshot

Awarded-market signal for NAICS 541511 (last 12 months), benchmarked to sector 54.

12-month awarded value
$9,650,220
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$275,911
P10–P90
$275,911$275,911
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+765%($7,650,220)
Deal sizing
$275,911 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 LA
Live POP
Place of performance
Fort Johnson, Louisiana • 71110 United States
State: LA
Contracting office
Barksdale Afb, LA • 71110-2269 USA

Point of Contact

Name
1st Lt Krystal Ruiz-Velez
Email
krystal.ruiz-velez@us.af.mil
Phone
Not available
Name
Capt Natalie Norlock
Email
natalie.norlock@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA6800 AFICC 767 ESF
Contracting Office Address
Barksdale Afb, LA
71110-2269 USA

More in NAICS 541511

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA6800-26-R-1001 and is issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-06) as of 10 January 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 541511. The small business size standard is $34M.


Contracting Office Address:
767 Enterprise Sourcing Flight (767 ESF), 965 Twining Dr. Bldg 565 Rm 115, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US).


DESCRIPTION/PURPOSE:
The purpose of this requirement is to support over 28,000 users across 500 distinctly purposed and managed permission groups, which must remain intact to ensure data confidentiality, integrity, and availability. The contractor shall be thoroughly familiar with the roles, responsibilities and missions of all NMC2 nuclear enterprise entities, and their respective permission groups and hierarchies, in order to properly execute user permission group, change requests, or data display change requests while also preventing these requests from inherently resulting in classification compromises caused by improper data aggregation in accordance with Attachment 2 – Performance Work Statement.


PERIOD OF PERFORMANCE:
Base Year: 05 March 2026 – 04 March 2027
Option Year 1: 05 March 2027 – 04 March 2028
Option Year 2: 05 March 2028 – 04 March 2029
Option Year 3: 05 March 2029 – 04 March 2030
Option Year 4: 05 March 2030 – 04 March 2031


PLEASE PROVIDE INFORMATION BELOW:
COMPANY: _______________________________________________

DATE: ________________________
SAM UEI: ____________________________________________

CAGE NUMBER:_______________________
POC:__________________________________________

TELEPHONE #: ____________________________
E-MAIL ADDRESS: ____________________________________

TAX ID #: __________________________
Do you have capacity to invoice electronically through WAWF? (Yes / No)

Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under Combined Synopsis/Solicitation for Commercial Services (IAW FAR 12.603) – FA6800-26-R-1001
this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.


IMPORTANT (MUST READ):
The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1. Quotes shall be submitted in electronic format and emailed to krystal.ruiz-velez@us.af.mil and natalie.norlock@us.af.mil before the solicitation due date and time. Email is the required method; however, it is the contractor’s responsibility to follow up with the listed POC to ensure their quote was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response.

IMPORTANT DATES AND TIMES:
Questions will be due no later than 12:00 PM CST on Friday, 6 February 2026.
Answers will be posted on or around 4:00 PM CST on Wednesday, 11 February 2026.
Quotes are due no later than 4:00 PM CST on Friday, 20 February 2026.

The following attachments are applicable to this RFQ:
Attachment 1, Provisions and Clauses
Attachment 2, Performance Work Statement, dated January 2026

Points of Contact (POCs):
Contract Specialist - 1st Lt Krystal Ruiz-Velez, krystal.ruiz-velez@us.af.mil
Contracting Officer - Capt Natalie Norlock, natalie.norlock@us.af.mil

***Answers to the questions that were submitted prior to the questions due date 6 February 2026, have been added in the atatchments section of this solicitation***

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.