USAF MISSION ASSURANCE CONSTRUCT SUPPORT (MACS)
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 (AF/A33B) has issued a Sources Sought Notice (SSN) for USAF Mission Assurance Construct Support (MACS) (FA7014-26-R-PKHB02). This market research effort aims to identify capable sources for providing advisory and assistance services related to Mission Assurance Assessments (MAA). This SSN replaces a previous FY25 notice. Responses are due by February 18, 2026, at 12:00 PM EST.
Scope of Work
The Air Force seeks support for its Mission Assurance (MA) Construct lifecycle, focusing on identifying, assessing, managing, and monitoring risks to Task Critical Assets (TCAs), Defense Critical Infrastructure (DCI), and mission-essential capabilities. Key services include:
- Mission Analysis and Critical Asset Identification: Decomposing missions, mapping dependencies, and validating critical assets.
- Mission Assurance Assessment Support: Planning, coordinating, augmenting, and managing MA assessments.
- Mission Assurance Risk Management: Supporting the management, coordination, and analysis of MA risk information.
- Mission Assurance Data Platform Enablement: Ensuring data, models, and analytical products are usable and decision-relevant.
- Surge Support: Providing agile support for emergent requirements. All personnel must maintain a TS/SCI clearance.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS Code: 541330 - Engineering Services
- Set-Aside: Not a formal set-aside; seeking both Large and Small Business sources. Small business primes must perform at least 50% of the work.
- Response Due: February 18, 2026, 12:00 PM EST
- Published: February 5, 2026
- Place of Performance: Contractor location with access to AF/A33B Government facility in Washington, DC.
Submission & Evaluation
Interested parties must submit a Capability Package by the deadline. Submissions must:
- Be limited to 4 pages total.
- Be submitted electronically via one email in Adobe PDF format (max 5MB).
- Contain only UNCLASSIFIED data.
- Be sent to Brittney Devallon (brittney.devallon@us.af.mil) and Mark Luckritz (mark.luckritz@us.af.mil). Capability Packages should address specific government questions regarding technical capability, personnel resources, facility clearances, company history, relevant past performance, and existing contract vehicles. Respondents must also identify their business size and applicable socioeconomic categories and address any potential Organizational Conflict of Interest (OCI) situations.
Additional Notes
The government will not accept questions or requests for clarification and respondents must not request an extension for the response deadline. This is for planning purposes only and does not constitute a solicitation.