- 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
Automated Flight Scheduling Software
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NV. Response deadline: Apr 08, 2026. Industry: NAICS 541519 • PSC 7A21.
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 541519 (last 12 months), benchmarked to sector 54.
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 53 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541519
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)
F3G5GA6013A003 – Automated Flight Scheduling Software
The United States Air Force, 99th Contracting Squadron (99 CONS), Nellis Air Force Base (AFB), NV 89191, is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing 26 WPS Automated Flight Scheduling Software Sky as defined in the attached requirement description. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.
Detailed Specifications are listed in the attachment identified below:
- Attachment 1- Software Description and Capabilities
All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
The NAICS Code assigned to this acquisition is 541519 - Other Computer Related
Services with a size standard of $34 million dollars. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoW contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.
Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. To ensure your response along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the respondent to contact the government to confirm receipt prior to the offer due date and time.
CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.
Responses may be submitted electronically to the following e-mail address: sedrina.welches@us.af.mil. All correspondence sent via email shall contain a subject line that reads “F3G5GA6013A003 – Automated Flight Scheduling Software”. If this subject line is not included, the email may not get through email filters at Nellis AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to:
99 CONS,
POC – SrA Sedrina Welches
Email: sedrina.welches@us.af.mil
Alternate POC – SrA Amal Djezzar
Email: amal.djezzar.1@us.af.mil
RESPONSES ARE DUE NOT LATER THAN 8 April 2026 by 1000 Pacific Time. Direct all questions concerning this acquisition to the POC listed above.
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.