Skip to content
Department of Defense

Physical and Virtual Range Capabilities, Sole Source to Intuitive Research and Technology Corporation

Solicitation: SPRRA226R0049
Notice ID: c3fdc54dc2d24b78aa15c5575c30d8f1
TypeSources SoughtNAICS 541715DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateALPostedFeb 11, 2026, 12:00 AM UTCDueFeb 13, 2026, 10:00 PM UTCExpired

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Feb 13, 2026. Industry: NAICS 541715.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,795,848,018
Sector total $5,796,394,058,230 • Share 0.1%
Live
Median
$1,437,506
P10–P90
$445,547$9,595,278
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+39248%($4,771,533,417)
Deal sizing
$1,437,506 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 AL
Live POP
Place of performance
Huntsville, Alabama • United States
State: AL
Contracting office
Redstone Arsenal, AL • 35898-7340 USA

Point of Contact

Name
Anna Phillips
Email
anna.phillips@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION HUNTSVILLE • DLA AVIATION AT HUNTSVILLE, AL
Contracting Office Address
Redstone Arsenal, AL
35898-7340 USA

More in NAICS 541715

Description

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the scope that is listed below. This will be for a new 5-Year indefinite delivery indefinite quantity (IDIQ) type contract. This new IDIQ is in support of Space Systems Command (SSC) Program Executive Officer (PEO) for Operational Test and Training Infrastructure (OTTI) and System Delta 81 (SYD 81).
SCOPE: Contractor will integrate physical and virtual range capabilities, approved by the SYD 81 Government team, into enterprise SYD 81 space and applicable Joint solutions. The Contractor shall apply deep subject-matter expertise, systems engineering discipline, and integrated project management to design, develop, and deliver operationally relevant space solutions that meet SYD 81 mission objectives. Project selections will be determined jointly by SYD 81 Government leadership and the Contractor Program Manager. The contractor will produce and deliver enterprise architecture products at various classification levels. Examples of potential range and test facilities that could be involved in modeling, test, and/or training integrations include:
1.1. National Space Test and Training Complex ranges (e.g. Colorado and New Mexico)
1.2. Eglin Gulf Test and Training Range, Florida (referred to as the "Eglin Test Range")
1.2.1. Avon Park Air Force Range (APAFR)
1.2.2. Duke Field (Eglin Auxiliary Field #3)
1.2.3. Wagner Range (on Santa Rosa Island)
1.3. Nellis Air Force Base (Nevada)
1.4. White Sands Missile Range (New Mexico)
1.5. National Cyber Range Complex (NCR) (Various Locations)
1.6. Operations areas within various Areas of Responsibilities (AORs) for various combatant commands where exercises are conducted.
It is contemplated that this award will be made to Intuitive Research and Technology Corporation (IRTC), CAGE Code: 1MQC1, utilizing Other than Full and Open Competition in accordance with FAR 6.302-1(a)(1), having only one responsible source.
As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) having only a limited number of responsible sources. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by emailing inquiries to the POCs listed with this announcement.
The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to: supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance.
DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

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.