Skip to content
Department of Defense

Dare County Range Cable TV

Solicitation: FA480926Q0020
Notice ID: f36eeca774334846b72123e74074a69d
TypeSources SoughtNAICS 517111PSCDG11Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateNCPostedFeb 23, 2026, 12:00 AM UTCDueMar 02, 2026, 06:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 02, 2026. Industry: NAICS 517111 • PSC DG11.

Market snapshot

Awarded-market signal for NAICS 517111 (last 12 months), benchmarked to sector 51.

12-month awarded value
$3,529,778
Sector total $163,862,243 • Share 2.2%
Live
Median
$199,370
P10–P90
$113,004$577,235
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($3,529,778)
Deal sizing
$199,370 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 NC
Live POP
Place of performance
North Carolina • 27534 United States
State: NC
Contracting office
Seymour Johnson Afb, NC • 27531-2456 USA

Point of Contact

Name
Nakisha McKenzie
Email
nakisha.mckenzie@us.af.mil
Phone
9197221553
Name
Glinnis Thompson
Email
glinnis.thompson@us.af.mil
Phone
9197221732

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4809 4TH CONS SQ CC
Contracting Office Address
Seymour Johnson Afb, NC
27531-2456 USA

More in NAICS 517111

Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!  This notice does not constitute a commitment by the Government.  All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The Request for Quotation (RFQ) number is FA480926Q0020 and shall be used to reference any written responses to this source sought.

Seymour Johnson Air Force Base anticipates a requirement for Cable TV services at Dare County Bombing Range in Stumpy Point, North Carolina.  The North American Industry Classification Systems (NAICS) Code proposed 517111.  The size standard for NAICS is 1,500 employees. 

The requirement is to provide: Multichannel video programming and local channels.

Salient Characteristics: High reliability, fixed scheduling and equipment, content variety and subscription services.

Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date.

What is the purpose of the item(s)? 

We are interested in any size business that is capable of meeting this requirement.

Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.  The Government requests interested parties submit a brief description of their company's business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

Capabilities Package for Supplies: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities (indicating examples of commercial sales) and product specifications related to this effort.  Also indicate if the firm is the manufacturer, or provide the name and size of the manufacturer of the proposed product(s).  Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!

Capabilities Package for Services: All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services.  Include three past references with current contact information and contract number.  If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.  The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.  The response must not exceed 5 pages.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.  The Government will use this information in determining its small business set-aside decision.

Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.  The website for registration is www.sam.gov.

Responses may be submitted electronically to the following e-mail address:  nakisha.mckenzie@us.af.mil. Telephone responses will not be accepted.

RESPONSES ARE DUE NO LATER THAN  02 MARCH 2026 at 1 PM EST

Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through Sam.gov.  Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.