- 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
CEESIM and RFGEN Repairs
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 12, 2026. Industry: NAICS 811210 • PSC J066.
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 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 811210
Description
The Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base has a requirement for corrective repair support, receiving support, training support and testing of the Combat Electromagnetic Environment Simulator (CEESIM) systems and subsystems, and the Radio Frequency Generator (RFGEN) section of the Next Electronic Warfare Electronic Generator (NEWEG). The requirement is for the Air Force Research Laboratory, Sensors Directorate at Wright-Patterson Air Force Base (WPAFB), Ohio as detailed in the attached Performance Work Statement (PWS) dated 25 February 2026.
This is a Sources Sought (SS). This is not a pre-solicitation or Request for Quote (RFQ) and is not to be construed as any commitment by the Government. This notice does not obligate the Government to award a contract and or pay for any quote preparation costs. The Government will not accept quotes at this time. This notice is not an offer by the Government to enter into a contract. Interested small business concerns must identify to the contracting officer their interest and capability to satisfy the Government's requirement by closing date listed. Responses will allow the Government to conduct an initial review of market capabilities in support of requirements identified in the Draft Minimum Requirements Document.
NAICS Code: 811210
SUBMISSION DETAILS: All interested parties are encouraged to submit a response to this Sources Sought. Responses will be accepted until 12 March 2026 at 4:00 PM Eastern Time and should address the following questions:
1. Company name, cage code, address, point of contact, phone number, and email address
2. Identification of whether the company is currently designated as a Small Business as defined in FAR Part 19.1 and the appropriate category (e.g., 8(a), HubZone, etc.).
3. Company description of relevant capability and experience to provide supplies/services in accordance with the minimum requirements.
4. Confirm if your company does or does not possess all necessary intellectual property rights in the CEESIM system and RFGEN subsystem to perform the requirement without subcontracting. If your company possesses these rights, please include documentation.
Capability package responses and questions shall be sent electronically to Benjamin Passavant at benjamin.passavant.2@us.af.mil and Ashleigh Bolen at ashleigh.bolen.1@us.af.mil.
Be advised that all correspondence sent via e-mail shall contain a subject line that reads “CEESIM and RFGEN Repairs”. Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe, or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only .PDF, .doc, docx, xls, or .xsls documents are sent. The e-mail filter may delete any other form of attachments.
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.