- 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
Intent to Award Sole Source - AFRL and AFIT Library Subscriptions
Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 13, 2026. Industry: NAICS 519210 • PSC 7630.
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 519210 (last 12 months), benchmarked to sector 51.
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 519210
Description
Update 23 February 2026: Original posting contained incorrect vendor list document, correct list with individual justifications now attached.
The United States Air Force (the Government) intends to issue multiple Firm-Fixed-Price orders to single sources from 06 February 2026 through 16 December 2030. The periods of performance (PoP) will vary based on specific requirements.
PSC: 7630
NAICS: 519210
Size Standard: $21M
Subscription name: various publications
Supplier name: see Vendor List included in this notice
Product description: Assorted publications
The Air Force Research Laboratory (AFRL) Library Council, which includes all AFRL technical directorates, the Air Force Office of Scientific Research (AFOSR), and Air Force Institute of Technology (AFIT); the Air Force Technical Applications Center (AFTAC) Tyndall and Patrick Tech libraries; the National Air and Space Intelligence Center (NASIC); the Arnold Engineering Development Complex (AEDC) Tech Library; and the 711th Human Performance Wing, which includes the Human Effectiveness Directorate (RH) and the US Air Force School of Aerospace Medicine (USAFSAM), require unlimited, simultaneous access to peer-reviewed, academic literature in a wide array of scientific fields and engineering disciplines. Additionally, aforementioned programs require the ability to download full-text content for offline use and access to the content from any location as well as compatibility with the authentication services employed by those programs.
This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 5 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement.
If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603 (RFO FAR 12.202(b)). If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply.
A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.
Contractors should be aware of the following information:
1. Contractors must include the following information:
- Points of contact, addresses, email addresses, phone numbers.
- Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above.
- Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone.
- Company CAGE Code or DUNS Number.
2. In your response, you must address how your product meets the product characteristics specified above.
3. Submitted information shall be UNCLASSIFIED.
4. Responses are limited to 10 pages in a Microsoft Word compatible format.
Responses should be emailed to the Contract Specialist, Benjamin Spencer, at benjamin.spencer.8@us.af.mil and the Contracting Officer, Jessica Vetter, at jessica.vetter.1@us.af.mil no later than 13 February 2026 at 5:00 PM EST. Any questions should be directed through email.
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.