- 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
Special Mission Variant (SMV)
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: May 06, 2026. Industry: NAICS 336411 • PSC 1510.
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 336411 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 21 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336411
Description
The Special Operations Forces/Personnel Recovery Division (AFLCMC/WIS and AFLCMC/WIU) Program Office, Wright-Patterson AFB, OH, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics (CAGE #98897) for the purchase of integrated services to plan, execute, and deliver capability modifications, and to provide a range of engineering, logistics, and analytical capabilities for its special mission variant fleets. This support encompasses AC/HC/MC-130J aircraft requirements originating at Wright-Patterson and Robins AFBs. The Government intends to award a six (6) year Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract with a six (6) month option to extend in accordance with FAR 52.217-9, for a total potential period of performance of six years and six months. Periods of performance will be defined individually for each order placed during the ID/IQ options for both severable and non-severable services. Non-severable services are expected to last more than one year. The period of performance for this effort is anticipated to begin FY27 and end FY32.
This acquisition will be awarded using Other than Full and Open Competition procedures citing the authority at 10 U.S.C. 3204(a) (1) as implemented by FAR 6.302-1. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Based on market research, only Lockheed Martin has the ability to meet Aircraft Acquisition Management and Systems Engineering Support; award to any other source would result in an unacceptable risk in fulfilling the Air Force requirements and substantial duplication of cost to the Government that is not expected to be recovered through competition. The attached Justification & Approval (J&A) authorizing the sole source award will be made publicly available within 14 days of contract award IAW FAR 5.301(d)(1) and FAR 6.305(a). The J&A will remain publicly available on SAM.gov IAW FAR 6.305(d). This is a notice of proposed contract action and NOT a request for competitive proposals; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. All inquiries should be sent by email to the designated point of contact or Contracting Officer. Responses to this notice must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
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.