Engineering, Analysis Test and Technical Services
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 17, 2026. Industry: NAICS 541715 • PSC AC13.
Market snapshot
Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541715
Description
This Request for Information is a notification that the Army Contracting Command – Redstone Arsenal (RSA) intends to modify sole source, non-commercial indefinite delivery indefinite quantity (IDIQ) contract W911W6-18-D-0001 to increase the contract ceiling. This action is required to enable modification of an existing Task Order which requires additional within-scope work and to allow for completion of the effort under that Task Order. The IDIQ contract is for engineering, analysis, test and technical services (EATTS 4) to support various U.S. Army and other DoD organizations that use products, technology, and services unique to The Boeing Company. The unique systems and services include, but are not limited to, the AH-64 Apache, A/MH-6M Little Bird, H-47 Chinook, EMARSS, and Scan/Night Eagle or any system for which Boeing is the original equipment manufacturer (OEM) or prime system integrator. The contract was awarded under 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The contract is with The Boeing Company, 500 E. McDowell Rd. Mesa AZ 85215; CAGE Code 8V613. The planned contract modification will increase the contract ceiling by $500,000 to $93,000,000. Boeing is the only manufacturer familiar with the requirements peculiar to the AH-64 and has been the sole designer, developer, manufacturer and integrator of the AH-64 helicopter and all derivatives. The associated North American Industry Classification System (NAICS) code associated with the contract is 541715, with a size standard of 1500 employees.
This Request for Information is published as required by DFARS PGI 206.302-1(d) and FAR 5.201. This notice is not a request for proposals. The planned action is a contract modification to increase the contract ceiling which is necessary to allow for completion of an on-going Task Order effort. Any information received as a result of this notice will be used for information purposes only and to inform any future acquisition strategy for future services if applicable. All responses must be received no later than 17 Feb 2026 2:00 pm EST. All responses shall be submitted to Laurie Pierce, Contracting Officer, email laurie.a.pierce2.civ@army.mil.
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.