Skip to content
Department of Defense

DM Local Telecommunication Services

Solicitation: FA487726QA500
Notice ID: ffbb172d3ba2435b9d45a240d895e674
TypeSources SoughtNAICS 517111PSCDG01Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateAZPostedFeb 19, 2026, 12:00 AM UTCDueFeb 26, 2026, 11:59 PM UTCCloses in 4 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: AZ. Response deadline: Feb 26, 2026. Industry: NAICS 517111 • PSC DG01.

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 AZ
Live POP
Place of performance
Tucson, Arizona • United States
State: AZ
Contracting office
Davis Monthan Afb, AZ • 85707-3522 USA

Point of Contact

Name
2d Lt Cody Ward
Email
cody.ward.9@us.af.mil
Phone
5202281846
Name
Jerry L. Sauder
Email
jerry.sauder.1@us.af.mil
Phone
5202284644

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4877 355 CONS PK
Contracting Office Address
Davis Monthan Afb, AZ
85707-3522 USA

More in NAICS 517111

Description

DISCLAIMER: This sources sought notice is issued for information and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this sources sought notice. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Description: The contractor will provide all labor, tools, facilities, materials, and services to perform and provide local access to the designated circuit demarcation point(s) identified in Appendix 1 of this PWS. The services will include any equipment, wiring, or infrastructure to ensure the contractor’s proposed solution is compatible with the Government’s current infrastructure without additional Government expense. Access to the local exchange must also include operator assistance functions. The services do not include residential or business services for non-Government entities or Government contractors. The contractor must follow all Federal Communications Commission (FCC), Public Utility Commission (PUC), Department of Defense (DoD), AF, and industry standards for this requirement.

The contractor will provide and install transmission equipment and cables for local exchange access and transport service circuits to the Government-provided floor space at the Government demarcation location(s) identified in PWS Appendix 1. The contractor will connect to Government-provided power connection points and termination frames. 

Please review the attached Draft PWS for a further detailed breakdown of services requested as well as all applicable laws, regulations, standards instructions, permits and commercial practices. 

SUBMISSION DETAILS: Request Capability Statements including the following:

1. Company name, address, point of contract (POC) telephone number, e-mail address, NAICS code, CAGE Code, SAM Unique Entity Identifier.

2. Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, veteran-owned small business, woman-owned small business, HUB zone, minority-owned, etc.)

3. If your company is interested in providing this service, please submit a Capability Statement for the services outlined above. Confirm your interest by responding via email no later than Thursday, 26 Feb 2026 at 4:00PM (AZ Time). Send all responses to the POCs listed below:

Primary: 2d Lt Cody Ward, cody.ward.9@us.af.mil

Alternate: Mr. Jerry Sauder, jerry.sauder.1@us.af.mil

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.