Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2026 SAM #8858
SOURCES SOUGHT

U -- 4RS Training Licenses, Grand Forks AFB

Notice Date
2/24/2026 12:11:28 PM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
FA4659 319 CONS PK GRAND FORKS AFB ND 58205 USA
 
ZIP Code
58205
 
Solicitation Number
FA465926QZ004
 
Response Due
3/10/2026 10:00:00 AM
 
Archive Date
03/25/2026
 
Point of Contact
SrA Madison Maye, Phone: 7017475347, TSgt Jacob Wood, Phone: 7017475936
 
E-Mail Address
madison.maye@us.af.mil, jacob.wood.4@us.af.mil
(madison.maye@us.af.mil, jacob.wood.4@us.af.mil)
 
Description
THIS IS NOT A SOLICITATION The United States Air Force, 319 CONS, Grand Forks AFB, ND is seeking capabilities packages of potential sources, including small business (SB), Small disadvantaged businesses (SDB), Women-owned (WOSB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing a Training Licenses in accordance with the attached Salient Characteristics. 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- Salient Characteristics 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 611430 (Professional Management Development Training) with a size standard of $15 million. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WOSB, SDB 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 DoD 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. 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. If your organization has the potential capacity to provide the above listed government needs, please provide the following information: Organization Name: ____________________ CAGE Code: ____________________ Business Type: ____________________ POC Telephone Number: ____________________ POC Email: ____________________ If you have an existing contract vehicle (GSA, NASA SEWP, NIH NITAAC etc) that can provide this service, please provide the contract number: _______________________ Responses may be submitted electronically to the following e-mail address: nia.womack@us.af.mil. All correspondence sent via email shall contain a subject line that reads "" FA465926QZ004, 4RS Training Licenses"" If this subject line is not included, the email may not get through email filters at Grand Forks 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: 319 CONS, POC � SrA Maye, Madison Email: madison.maye@us.af.mil RESPONSES ARE DUE NO LATER THAN 10 March 2026 BY 12:00PM Central Time. Direct all questions concerning this acquisition to SrA Madison Maye at madison.maye@us.af.mil or TSgt Jacob Wood at jacob.wood.4@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0b69fa6785c245999c677ad23db338de/view)
 
Place of Performance
Address: Grand Forks AFB, ND 58205, USA
Zip Code: 58205
Country: USA
 
Record
SN07725924-F 20260226/260224230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.