- 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
VTC Equipment and Installation for Secure Conference Room
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 14, 2026. Industry: NAICS 541512 • PSC 7B22.
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 541512 (last 12 months), benchmarked to sector 54.
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 38 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541512
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 16.505(a)(4)(i), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.
The Government reserves the right to award without discussions. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The solicitation document F4FDBM6057A001, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2026-01. Reference the Solicitation number in the subject line of the RFQ response.
This requirement is for the following products:
See attached Performance Work Statement and Bill of Materials for requirements specifications.
OPTION(S) if applicable: All items must be TAA compliant in accordance with the FAR.
Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. The lowest priced quote will be reviewed for technical acceptability. If that quote is awardable then no other quotes will be evaluated. If the lowest priced quote isn't awardable then the next lowest quote shall be evaluated. Vendors submitting a response to any RFQ that includes a requirement for supplies and/or services that have incurred, or that may incur a lapse in maintenance support prior to the award date, shall Include as part of its response any applicable reinstatement fee(s). Open Market Items are acceptable.
To ensure compliance with DFARS 252.225.1101(4) and DFARS 252.225-7013, Duty-Free Entry, Vendors shall clearly indicate in their quote whether they anticipate the delivery of any end products, components, or materials that will be imported into the customs territory of the United States. The solicitation will be subject to the provisions at DFARS 252.204-7024. Failure to provide this information may impact the evaluation of your quote.
Anticipated Award Date is 2 May 2026.
Col (S) Paul W. Tinker, AFLCMC/AQ-AZ, has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at 937-255-5512/DSN 785-5512 or email AFLCMC/AQ_AZ Workflow (Acquisition Excellence) at ASCA@us.af.mil.
Quotes are due by 11:00 AM EST, 14 April 2026.
Quotes shall be posted accordingly.
Any questions regarding this acquisition should be directed to: Tyler E. Fruhwirth, tyler.fruhwirth@us.af.mil .
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.