Skip to content
Department of Defense

FA830726RB019 - SBOM Vulnerability Scanning RFI

Solicitation: FA830726RB019
Notice ID: e94e09248da945bcac93c1fa3b856fab

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Feb 19, 2026. Industry: NAICS 541519 • PSC 7A20.

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: FA830726RB019. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$878,857,363
Sector total $5,897,831,023,048 • Share 0.0%
Live
Median
$396,617
P10–P90
$3,146$526,271
Volatility
Volatile132%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+121%($330,318,344)
Deal sizing
$396,617 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 TX
Live POP
Place of performance
San Antonio, Texas • 78205 United States
State: TX
Contracting office
San Antonio, TX • 78243-7007 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
TX20260265 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Texas • Potter
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
CARPENTER
Base $28.57Fringe $9.30
+39 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 39 more rate previews.
Davis-BaconBest fitstate match
TX20260265 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Potter
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
CARPENTER
Base $28.57Fringe $9.30
Rate
ELECTRICIAN (Excludes Low Voltage Wiring and Installation of Alarms)
Base $29.41Fringe $12.73
+38 more occupation rates in this WD
Davis-Baconstate match
TX20260216 (Rev 1)
Open WD
Published Jan 23, 2026Texas • Matagorda, Refugio
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+23 more occupation rates in this WD
Davis-Baconstate match
TX20260139 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Fayette
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
IRONWORKER (Reinforcing)
Base $29.64Fringe $8.43
+20 more occupation rates in this WD
Davis-Baconstate match
TX20260127 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Cochran
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.23Fringe $7.52
Rate
Boilermaker
Base $33.17Fringe $24.92
Rate
IRONWORKER (Reinforcing)
Base $29.64Fringe $8.43
+20 more occupation rates in this WD

Point of Contact

Name
Platform One License Management Team
Email
aflcmc.hncx.p1licensemanagement@us.af.mil
Phone
2109256490
Name
Contracting Officer: Major Jamail Walker
Email
aflcmc.hnckp.platformonectr@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 • COMMAND, CONTROL, COMMUNICATIONS & BATTLE MANAGEMENT • FA8307 AFLCMC HNCK C3IN
Contracting Office Address
San Antonio, TX
78243-7007 USA

More in NAICS 541519

Description

This Request for Information (RFI) is issued in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (Request for Information or Solicitation for Planning Purposes - Oct 1997) and is published to obtain information for use by the Air Force Lifecycle Management Center (AFLCMC), Cryptologic and Cyber Systems Division (CCSD), Joint Base San Antonio - Lackland, Texas, for market research and planning purposes only.

THIS RFI IS NOT A REQUEST FOR PROPOSAL, INVITATION FOR BID, OR AN ANNOUNCEMENT OF A SOLICITATION; IT IS ONLY INTENDED FOR INFORMATION OR PLANNING PURPOSES. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the government will arise as a result of preparing submissions in response to this RFI and the government's use of such information. Submittals will not be returned to the sender. Respondents to this RFI may be asked to provide additional information/details based on their initial submittals.

GENERAL SCOPE

The government is seeking sources who can provide software licenses with capabilities that meet the requirements of the attached “Draft” Statement of Work (SOW) for Software Bill of Materials (SBOM) Generation & Vulnerability Analysis Solution. All feedback and information received may be used to determine the appropriate acquisition strategy.

PERFORMANCE REQUIREMENTS

The contractor shall:

               Provide a base one-year software license plus four (4) One-Year Option Periods.

PRODUCT

The proposed product must be a commercial license that meets the requirements of the Draft Statement of Work attached herein.

DELIVERY

Period of Performance:

               Base:               1 Aug 2026 -31 July 2027
               Option Year 1: 1 Aug 2027 -31 July 2028
               Option Year 2: 1 Aug 2028 -31 July 2029
               Option Year 3: 1 Aug 2029 -31 July 2030
               Option Year 4: 1 Aug 2030 -31 July 2031

The government requests White Paper responses:

  • Company information to include UEI, CAGE Code, Contract Vehicles, POC
  • Potential software solution(s) that could meet the government requirements
    • Brief Narrative of how software solutions meets the requirements.
  • Limit responses to 2 pages, 1-inch margins, 12-point Times New Roman font.
  • Submit responses to aflcmc.hncx.p1licensemanagement@us.af.mil      &      aflcmc.hnckp.platformonectr@us.af.mil  by February 20, 2026.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Client-ready brief
Executive summary
high confidencegpt 4o mini

The Department of the Air Force is seeking sources through a Request for Information (RFI) for software licenses related to Software Bill of Materials (SBOM) Vulnerability Scanning. This initiative, under solicitation number FA830726RB019, requests responses by February 19, 2026, to inform future acquisition strategies. It is essential for participating companies to provide capabilities that meet the attached Draft Statement of Work (SOW).

Software Bill of MaterialsVulnerability ScanningCybersecurity SolutionsSoftware LicensingGovernment Contracting
What the buyer is trying to do

The buyer aims to gather market insights and capabilities for software solutions that can generate Software Bills of Materials and perform vulnerability analysis, in order to develop future procurement strategies for a software licensing contract.

Who should pursue this
  • Companies providing software licenses in cybersecurity and vulnerability management.
  • Firms with experience in software bill of materials and compliance solutions.
  • Technology vendors with existing government contracts or vehicles.
Work breakdown
  • Review Draft Statement of Work for software requirements.
  • Assess current software solutions that meet SBOM generation and vulnerability scanning requirements.
  • Prepare a White Paper response including company information and software details.
Response package checklist
  • Company information including UEI and CAGE Code.
  • Overview of relevant contract vehicles.
  • Description of potential software solutions.
  • Brief narrative on how the solutions meet requirements.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Response must adhere to FAR clause 52.215-3 regulations.
  • Limit responses to 2 pages, using specified formatting (12-point Times New Roman, 1-inch margins).
  • Responses are voluntary; no payment for information provided.
Pricing strategy
  • Propose competitive software licensing fees that align with government expectations.
  • Consider offering a tiered pricing structure for additional option years.
  • Factor in ongoing support and maintenance costs.
Teaming and subs
  • Form partnerships with cybersecurity firms specializing in SBOM solutions.
  • Collaborate with companies holding existing contracts with the Air Force.
  • Utilize subcontracting opportunities with niche providers in vulnerability scanning.
Risks and watchouts
  • Potential for misalignment with government needs if the SOW is not thoroughly understood.
  • Missed deadlines for RFI submission could exclude capable vendors.
  • Need for clear communication on compliance with federal regulations.
Smart questions to ask
  • What specific features are prioritized in the Draft Statement of Work?
  • Are there existing solutions currently in use that can be built upon?
  • What evaluation criteria will be used for assessing the responses?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • No details on specific features required in the SOW outside of SBOM and vulnerability analysis specifics.

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.