Opportunity
SAM #F3V5E16079AW01
Sole Source Procurement for Arbinger DIOM Training at Sheppard AFB, TX
Buyer
82nd Logistics Readiness Squadron
Posted
April 08, 2026
Respond By
April 11, 2026
Identifier
F3V5E16079AW01
NAICS
611430
This notice announces the intent of the 82d Contracting Squadron at Sheppard Air Force Base, TX to award a sole source, firm-fixed price contract for Arbinger DIOM Training. - Sole source procurement to The Arbinger Company for DIOM Training - Supported by an approved Single Source Justification under 41 USC 1901 - No solicitation package will be issued; not set aside for small business - NAICS code: 611430 (Professional and Management Development Training) - Place of performance: Sheppard Air Force Base, TX - Only The Arbinger Company is referenced as the OEM/vendor - No product part numbers or quantities specified - No competing vendors or alternative products mentioned
Description
The 82d Contracting Squadron, Sheppard AFB, TX intends to award a sole source, firm-fixed price order for Arbinger DIOM Training to The Arbinger Company 686 N. Arbinger Way Ste 200 Farmington, UT 84025-3067. The anticipated award date is on or around 14 Apr 26.
The statutory authority which permits other than full and open competition for this acquisition is 41 United States Code (USC) 1901, as implemented by RFO 12.201-1. This authority is supported by an approved Single Source Justification. It is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 611430. The size standard as defined by the U.S. Small Business Administration is $15.0 M.
THIS NOTICE OF INTENT IS NOT A SOLICITATION, REQUEST FOR PROPOSAL OR A REQUEST FOR QUOTATION. A solicitation package will NOT be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Information received in response to this notice will be considered solely for the purpose of determining whether conducting a competitive procurement in the future is in the best interest of the Government. All information submitted should support the offeror's capability to provide the services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these services. Verbal responses are not acceptable and will not be considered. Responses and questions shall be received via email by jamie.long.7@us.af.mil and carri.dulaney@us.af.mil NLT 3 days from posting date.