- 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
Notice of Intent to Award a Sole Source Contract - Rental of USS Yorktown
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Apr 28, 2026. Industry: NAICS 531120 • PSC X1JA.
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 531120 (last 12 months), benchmarked to sector 53.
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 23 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 531120
Description
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES. This is a notice of intent to award a sole source contract contract in accordance with RFO 6.201-1, “Only one responsible source and no other supplies or services will satisfy agency requirements”.
The Reference Number is A061294. The 628th Contracting Squadron (628 CONS), 101 E. Hill Blvd, Joint Base Charleston, South Carolina (JB CHS}, intends to award a sole source contract for the rental of the flight deck on the USS Yorktown in support of the 2026 Charleston Air Show.
628 CONS intends to solicit and award a sole source contract to Patriots Point Development Authority, CAGE 5GC82, of Mount Pleasant, SC. Market research was performed and information gathered in determining this company to be a suitable source for this requirement.
In accordance with RFO 5.101(c)(4)(vii), the proposed contract action is for services for which the Government intends to solicit and negotiate with a sole source due to the unique location and nature of the facility being a World War II aircraft carrier positioned along Charleston Harbor. There are no other comparable locations, and the government would not benefit by competing this requirement among other possible sources.
This notice of intent to award is not a request for competitive proposals; however, responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Address responses and/or questions regarding this announcement to Matthew Michel, Contracting Officer, at matthew.michel@us.af.mil. Responses must be received no later than 12:00pm Eastern Time on 28 April 2026.
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.