Project Pioneer
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the 55th Contracting Squadron at Offutt Air Force Base, Nebraska, is conducting a Sources Sought for Project Pioneer. This is for planning purposes only, and no solicitation is available at this time. The government seeks potential contractors to provide Commercial Insight Annual Subscription services, including licenses for at least four (4) unit seats. Responses are due by May 5, 2026.
Scope of Work
The requirement is for a Commercial Insight Annual Subscription with access to user training, documentation, and ongoing platform/open-source data upgrades for each seat. Key data sources must include:
- Google's GDELT offerings via BQ API (limited access, up to 200+ queries/month/seat).
- Ability to "Bring your own data" via user-controlled import (up to 100GB per user) in CSV, KML, and GeoJSON formats.
- Mobile Locations for three (3) years across all regions with Global AdTech Data (anonymized and normalized device mobile AdID identifiers).
- Automatic Dependent Surveillance-Broadcast and Satellite Automatic Identification System data layering for satellite and aircraft detection, with scalable machine learning.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Delivery: On or before July 23, 2026.
- NAICS Code: 541519 ($34M size standard). Feedback and justification for alternative NAICS codes are requested.
- Set-Aside: None specified (market research stage).
- Response Due: May 5, 2026, by 11:00 a.m. (CST).
- Published: April 27, 2026.
Submission Requirements
Interested contractors should submit a capability package, no more than 3 pages (11-point font minimum), including:
- Company Information: Name, address, point of contact (email, phone), CAGE Code, Unique Entity Identifier, business size, and security clearance level (if available). Companies must be registered in SAM.gov.
- Small Business Status: Indicate specific small business designations (e.g., 8(a), VOSB, SDVOSB, HUBZone, SDB, WOSB) and confirm capability to perform at least 51% of the requirement.
- Cybersecurity Maturity Model Certification (CMMC): Note that a Level 1 CMMC certification is required at the time of award (refer to DFARS 252.204-7021).
- NAICS Request: Provide feedback and justification if a different NAICS code is more suitable.
Capability statements must be emailed to Contract Specialist Joelle Mills (joelle.mills.2@us.af.mil) AND Contracting Officer Amanda Smith (amanda.smith.70@us.af.mil).