- 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
805 CTS Software Technical Support - Plexsys
Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NV. Response deadline: Mar 19, 2026. Industry: NAICS 541519 • PSC DA01.
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 541519 (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 53 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541519
Description
Notice of Intent to Award Sole Source – F2FT575365A001 – 805 CTS Software Technical Support
The 99th Contracting Squadron intends to award a sole source under the authority of FAR 12.102(a) to PLEXSYS Interface Products, Inc., due to PLEXSYS commercial software including ASCOT and Sonomarc and the associated subscriptions to annual technical support for those products are proprietary commercial software products and services, developed, maintained, updated, sold and distributed exclusively by PLEXSYS Interface Products, Inc. and its wholly owned subsidiaries. This product is only available from PLEXSYS and has no authorized distributors. The NAICS Code is 541519 – Other Computer Related Services. The requirement is for the purchase of service for ASCOT 7 and SONOMARC Annual Technical Support.
This notice of intent is not a request for competitive proposals, and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes technical data and cost information, sufficient detail and with convincing evidence that clearly demonstrates the capability to meet the requirement. All capability statements received by the due date of this notice will be considered by the Government.
A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source procurement.
Be advised that all correspondence sent via e-mail shall contain a subject line that reads “F2FT575365A001 – 805 CTS Software Technical Support - Plexsys” Please NOTE that email filters at Nellis AFB are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e. exe and/or zip files). Also, be advised that .zip and .exe are not allowable attachments and may be deleted by Nellis AFB email filters. Capability statements are due on 19 Mar 2026 by 1:00 PM Pacific Time. To ensure your response along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the offeror to contact the government to confirm receipt prior to the offer due date and time. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to the following address:
Addlene.Williams.6@us.af.mil
- Course objectives are to provide advanced body flight performance and videographer training using specialized freefall suits.
2.0 TASK REQUIREMENTS: Shall provide technical support for the ASCOT 7 and SONOMARC software systems for multi-domain war-fighting modeling and simulation (M&S) environments, scenario generator along with training and travel for personnel to install, configure and operate the systems.
Extracted from the Revolutionary FAR Overhaul - Per Part 5 - Publicizing Contract Actions 5.101 Presolicitation notice.
(a) Requirement. For proposed contract actions expected to be greater than $20,000, post a presolicitation notice to the GPE unless an exemption in paragraph (b) applies.
(b) Exemptions. The contracting officer is not required to post a presolicitation notice to the GPE when—
(1) The proposed contract action—
(i) Is valued at or below the simplified acquisition threshold (SAT) and the solicitation will—
(A)Be posted to the GPE in accordance with 5.201; and
(B)Permit the public to respond to the solicitation electronically;
(ii)Is of such a nature that it is not possible to write the notice in a way that would prevent disclosure of an agency's needs and disclosure would compromise national security;
(iii)Would result from acceptance of—
(A)An unsolicited proposal that is unique and innovative, and sharing details would reveal confidential or proprietary information or original ideas; or
(B)A proposal under the Small Business Innovation Development Act of 1982 (Pub. L. 97-219);
(iv) Is an order issued under a requirements contract, a task order contract, or a delivery order contract;
(v)Is for perishable subsistence supplies;
(vi)Is for utility services (other than telecommunications) for which only one source is available; or
(vii)Is for the services of an expert for use in any litigation or dispute (including any reasonably foreseeable litigation or dispute) involving the Federal Government in a trial, hearing, or proceeding before a court, administrative tribunal, or agency, or in any part of an alternative dispute resolution process, whether or not the expert is expected to testify;
(2)Using other than full and open competition (see 6.103), except for the authorities at 6.103-1 (only one responsible source) and 6.103-6 (national security); or
(3)The head of the agency determines in writing, after consulting with the Administrator for Federal Procurement Policy and the Administrator of the Small Business Administration, that advance notice is not appropriate or reasonable.
(c) Content. Include the following information in each presolicitation notice sent to the GPE:
(1)Point of contact. Include the name, address, and contact information for the contracting officer.
(2) Set-asides. If applicable, identify whether the proposed contract action will be a total or partial small business set-aside (see part 19) or a local area set-aside (see part 26).
(3) Codes for services or supplies. Select the appropriate code(s) (i.e., product service code (PSC) and/or North American Industry Classification System (NAICS) code) to identify services or supplies to be procured.
(4) Description.
(i)Provide a clear and concise description of supplies or services that does not unnecessarily restrict competition and allows prospective offerors to make an informed business judgment about monitoring the GPE for or requesting a copy of the solicitation. For supplies, this description should include, as appropriate, any agency nomenclature, National Stock Number, or other part number and a brief description of the item’s form, fit, or function, physical dimensions, predominant material of manufacture, or similar information.
(ii)If a proposed contract action is estimated to be greater than $25,000, but not greater than the SAT, or when using special simplified procedures to procure certain commercial products or commercial services (see part 12), include a description of the procedures for awarding the contract and the anticipated award date.
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.