Skip to content
Department of Defense

Special Mission Variant (SMV)

Solicitation: FA850926RB013
Notice ID: d6442125563643e99d8c8e7c49830644
TypeSources SoughtNAICS 336411PSC1510Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateGAPostedApr 06, 2026, 12:00 AM UTCDueMay 06, 2026, 07:30 PM UTCCloses in 30 days

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.

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: FA850926RB013. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336411 (last 12 months), benchmarked to sector 33.

12-month awarded value
$339,366,704
Sector total $48,626,233,876 • Share 0.7%
Live
Median
$74,813
P10–P90
$43,699$274,422
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.7%
share
Momentum (last 3 vs prior 3 buckets)
-76%(-$209,132,333)
Deal sizing
$74,813 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 GA
Live POP
Place of performance
Marietta, Georgia • United States
State: GA
Contracting office
Robins Afb, GA • 31098-1670 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
GA20260088 (Rev 0)
Match signal: state matchOpen WD
Published Jan 23, 2026Georgia • Charlton
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+21 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 21 more rate previews.
Davis-BaconBest fitstate match
GA20260088 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Charlton
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
+20 more occupation rates in this WD
Davis-Baconstate match
GA20260306 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Floyd
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.24Fringe $18.54
Rate
ELECTRICIAN
Base $35.35Fringe $14.63
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260310 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Muscogee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.90Fringe $18.80
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
Rate
OPERATOR: Forklift
Base $32.93Fringe $16.08
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260319 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Catoosa, Dade, Walker
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.24Fringe $18.54
Rate
ELECTRICIAN
Base $35.35Fringe $14.63
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
+19 more occupation rates in this WD

Point of Contact

Name
Stephanie English
Email
stephanie.english@us.af.mil
Phone
Not available
Name
Samantha Kirk
Email
samantha.kirk.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • INTELLIGENCE, SURVEILLANCE, RECONNAISSANCE - SPECIAL OPERATIONS FORCES • FA8509 AFLCMC WIUKA
Contracting Office Address
Robins Afb, GA
31098-1670 USA

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.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.