Opportunity
SAM #FA460026PIONEER
Market Research for Commercial Insight Annual Subscription and Licenses at Offutt AFB
Buyer
55th CONS Pkpl
Posted
April 27, 2026
Respond By
May 05, 2026
Identifier
FA460026PIONEER
NAICS
541519
The 55th Contracting Squadron (55 CONS) at Offutt Air Force Base, Nebraska, is seeking market research responses for Project Pioneer: - Government Buyer: - Department of the Air Force, Air Combat Command, 55th Contracting Squadron (55 CONS) - Located at Offutt Air Force Base, Nebraska - Products/Services Requested: - At least four (4) unit seats of Commercial Insight Annual Subscription and licenses - Each seat must include: - Access to user training materials and documentation - Ongoing platform and open-source data upgrades - Access to Google’s GDELT offerings via BQ API (with query limitations) - User-controlled data import (up to 100GB per user) in CSV, KML, and GeoJSON formats - Subscription access to commercial instances (not raw data) - Mobile Locations for three years, with global AdTech data for mobile device location reporting (not real-time, anonymized AdID identifiers) - Automatic dependent surveillance-Broadcast and satellite automatic identification system data source layering for scalable machine learning - Unique/Notable Requirements: - Level 1 Cybersecurity Maturity Model Certification (CMMC) required at award - NAICS code: 541519 (Other Computer Related Services) - No specific OEMs or vendors are named in the notice - Place of performance is Offutt Air Force Base, Nebraska
Description
This is a Sources Sought notice being conducted pursuant to RFO Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential contractors to submit their interest and ability to provide no less than four (4) unit seats of subscription and licenses. Commercial Insight Annual Subscription with access to user training materials and documentation as well as ongoing platform and open-source data offering upgrades shall be included in each per unit seat of subscriptions and licenses. Data sources shall include a myriad of open-source data offerings to include access to Google's GDELT offerings via BQ API (limited access, up to 200+ queries per month/seat - has dependencies on cost of Google's Big Query architecture required to query GDELT). It shall include ability to "Bring your own data" - via user-controlled import (up to 100GB for each user) - CSV, KML and GeoJSON formats. All data access represents subscription access to be made available solely through commercial instances and does not represent raw data access - these limitations do not apply to use for derivative products. Per unit seat of subscriptions and licenses shall include Mobile Locations for three (3) years for all regions with Global AdTech Data of global reporting of locations and times for mobile devices (Not real time, ranges from hours to up to 3- day+ delay on reception). Device mobile AdID identifiers shall be anonymized and normalized to protect privacy. Per unit seat of subscriptions and licenses shall include automatic dependent surveillance-Broadcast and satellite automatic identification system data source layering for satellite and aircraft detection and scalable machine learning. The anticipated contract will have a delivery date on or before 23 July 2026. For this effort, the Government is considering the NAICS code of 541519; the corresponding Small Business size standard in millions of dollars is $34M. The Government requests feedback and justification if a different NAICS code would be more suitable for this effort.
INFORMATION AND INSTRUCTIONS:
All contractors capable of and interested in providing these services are invited to respond. Any information provided to the Government as a result of this Sources Sought is voluntary and the Government will not pay for any information submitted. Respondents are required to submit capability packages, as described below. Capabilities packages should include no more than a 3-page capability summary. Text should be no smaller than 11-point font and include: Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Cage Code, Unique Entity Identifier, business size, and security clearance level (if available). Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. Small Business: Small business respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, etc. Additionally, if your company is a small business, you must be capable of performing at least 51% of the total requirement within your own company. Cybersecurity Maturity Model Certification (CMMC) certification level: Please note a Level 1 Cybersecurity Maturity Model Certification (CMMC) is required at the time of award. See DFARS 252.204-7021 for contractor compliance. NAICS Request: As stated above, provide feedback and justification if a different NAICS code would be more suitable for this effort. Capabilities statements shall be emailed to the Contract Specialist, Joelle Mills (joelle.mills.2@us.af.mil) AND Contracting Officer, Amanda Smith (amanda.smith.70@us.af.mil) NLT 11:00 a.m. (CST) Tuesday, 5 May 2026.