Skip to content
Department of Defense

Automated Flight Scheduling Software

Solicitation: F3G5GA6013A003
Notice ID: fc61e4ef450a46cfbbc07faed27dfb29
TypeSources SoughtNAICS 541519PSC7A21Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateNVPostedMar 27, 2026, 12:00 AM UTCDueApr 08, 2026, 02:00 PM UTCExpired

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.

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: F3G5GA6013A003. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$869,517,651
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$269,363
P10–P90
$2,447$482,500
Volatility
Volatile178%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+118%($320,978,633)
Deal sizing
$269,363 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 NV
Live POP
Place of performance
Nellis AFB, Nevada • 89191 United States
State: NV
Contracting office
Nellis Afb, NV • 89191-7063 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NV20260038 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Nevada • Clark
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $62.00Fringe $23.48
Rate
BRICKLAYER
Base $53.57Fringe $20.05
+53 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 53 more rate previews.
Davis-BaconBest fitstate match
NV20260038 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Clark
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $62.00Fringe $23.48
Rate
BRICKLAYER
Base $53.57Fringe $20.05
Rate
TILE FINISHER
Base $37.35Fringe $14.22
+52 more occupation rates in this WD
Davis-Baconstate match
NV20260024 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Clark
Rate
ELECTRICIAN Excluding Low Voltage
Base $58.48Fringe $27.62
Rate
Low Voltage Wiring Only
Base $58.48Fringe $27.62
Rate
LINE CONSTRUCTION Groundman
Base $38.74Fringe $19.36
+36 more occupation rates in this WD
Davis-Baconstate match
NV20260046 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Churchill
Rate
OPERATOR: Asphalt/Concrete Laydown
Base $60.39Fringe $30.38
Rate
OPERATOR: Bulldozer
Base $60.39Fringe $30.38
Rate
OPERATOR: Grader/Blade
Base $50.47Fringe $30.38
+23 more occupation rates in this WD
Davis-Baconstate match
NV20260052 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Nye
Rate
OPERATOR: Asphalt/Concrete Laydown
Base $60.39Fringe $30.38
Rate
OPERATOR: Bulldozer
Base $60.39Fringe $30.38
Rate
OPERATOR: Grader/Blade
Base $50.47Fringe $30.38
+23 more occupation rates in this WD

Point of Contact

Name
SrA Sedrina Welches
Email
sedrina.welches@us.af.mil
Phone
7026528669
Name
Amal Djezzar
Email
amal.djezzar.dz@us.af.mil
Phone
7026525354

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4861 99 CONS LGC
Contracting Office Address
Nellis Afb, NV
89191-7063 USA

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:

  1. 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.

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.