Skip to content
Department of Defense

Intent to Award Sole Source - AFRL and AFIT Library Subscriptions

Solicitation: FA2396-26-X-0002
Notice ID: ee64cf5a530046c1b841cec0871090bf
TypeSpecial NoticeNAICS 519210PSC7630DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOHPostedFeb 23, 2026, 12:00 AM UTCDueFeb 13, 2026, 10:00 PM UTCExpired

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.

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: FA2396-26-X-0002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 519210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$1,083,050
Sector total $557,489,996 • Share 0.2%
Live
Median
$1,083,050
P10–P90
$1,083,050$1,083,050
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,083,050)
Deal sizing
$1,083,050 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 OH
Live POP
Place of performance
Wright Patterson AFB, Ohio • United States
State: OH
Contracting office
Wright Patterson Afb, OH • 45433-7541 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OH20260063 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Wyandot
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
+38 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 38 more rate previews.
Davis-BaconBest fitstate match
OH20260063 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Wyandot
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
Rate
TILE SETTER
Base $35.67Fringe $24.75
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260083 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Jefferson
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
TILE SETTER
Base $33.46Fringe $21.37
Rate
TILE FINISHER
Base $25.37Fringe $17.42
+31 more occupation rates in this WD
Davis-Baconstate match
OH20260016 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Delaware, Fairfield, Franklin +5
Rate
ELEVATOR MECHANIC
Base $57.33Fringe $38.43
Rate
POWER EQUIPMENT OPERATOR (Bulldozer, Backhoe/Excavator)
Base $37.14Fringe $15.20
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
+11 more occupation rates in this WD
Davis-Baconstate match
OH20260014 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Wood
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.77Fringe $15.20
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
Rate
LABORER (Mason Tender-Brick)
Base $25.90Fringe $18.40
+10 more occupation rates in this WD

Point of Contact

Name
Benjamin Spencer
Email
benjamin.spencer.8@us.af.mil
Phone
Not available
Name
Jessica Vetter
Email
jessica.vetter.1@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 RESEARCH LABORATORY • FA2396 USAF AFMC AFRL PZL AFRL PZLE
Contracting Office Address
Wright Patterson Afb, OH
45433-7541 USA

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 descriptionAssorted 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.

Analysis is being generated for this notice. Check back shortly.

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.