Skip to content
Department of Defense

Minor Building Construction BPA for USACE Pittsburgh District

Solicitation: W911WN26Q1B2E
Notice ID: 04bdc59af6f04e59bb954fb58f1cd872
TypeSources SoughtNAICS 236220DepartmentDepartment of DefenseAgencyDept Of The ArmyStatePAPostedJan 21, 2026, 12:00 AM UTCDueJan 28, 2026, 03:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Jan 28, 2026. Industry: NAICS 236220.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W911WN26Q1B2E. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$27,385,908,335
Sector total $34,976,418,652 • Share 78.3%
Live
Median
$2,541,219
P10–P90
$45,480$165,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.3%
share
Momentum (last 3 vs prior 3 buckets)
+9346%($26,812,143,528)
Deal sizing
$2,541,219 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Pennsylvania • 15222 United States
State: PA
Contracting office
Pittsburgh, PA • 15222-4198 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260094 (Rev 2)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260101 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Northampton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+36 more occupation rates in this WD
Davis-Baconstate match
PA20260088 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Erie
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
Rate
TILE SETTER
Base $35.64Fringe $21.63
+32 more occupation rates in this WD
Davis-Baconstate match
PA20260028 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Allegheny, Armstrong +64
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Aaron Barr
Email
aaron.m.barr@usace.army.mil
Phone
4123957157
Name
Miriaha Sigmon
Email
miriaha.d.sigmon@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION GREAT LAKES AND OHIO • ENDIST PITTSBURGH • W072 ENDIST PITTSBURGH
Contracting Office Address
Pittsburgh, PA
15222-4198 USA

More in NAICS 236220

Description

BLANKET PURCHASE AGREEMENT

MINOR BUILDING CONSTRUCTION

U.S. ARMY CORPS OF ENGINEERS

PITTSBURGH DISTRICT

The U.S. Army Corps of Engineers, Pittsburgh District, has a requirement to acquire an unknown quantity of Minor Building Construction Services under a Blanket Purchase Agreement (BPA).  The Pittsburgh District jurisdiction includes 22 navigation locks and dams and 16 multi-purpose flood-damage reduction reservoirs, a remote operations site and a maintenance and repair facilities in Pennsylvania, Ohio and West Virginia.  This BPA may also be used by the USACE Lakes and Rivers Division.  The intent of the BPA is to provide the Government with a cost-effective rapid-response method to maintain the facilities within the U.S. Army Corps of Engineers (USACE) Pittsburgh District.  Services will be requested through purchases made under this BPA that shall be referred to as Calls.  The work covered under this BPA may include (but is not limited to) the following major tasks (or combinations of tasks):

  1. Roof repairs (including framing, decking, shingles, metal, membrane, built-up, roof coatings, insulation, roof drains, gutters and downspouts)
  2. Siding and trim installation and repairs
  3. Drywall and plaster repairs
  4. Interior and exterior painting
  5. Building insulation installation and repairs
  6. Framing and finish carpentry
  7. Flooring installation and repair (including wood, tile, vinyl, ceramic, cement, concrete, epoxy and carpet)
  8. Interior and exterior door and window installation, replacement and repairs (including glazing, wood, aluminum, vinyl, fiberglass and steel)
  9. Masonry installation and repairs

Selected BPA holders are expected to comply with all technical, safety and security requirements required in the BPA and individual BPA Calls.  The establishment of the BPA does not imply any agreement on the part of the Government to place future Calls with any BPA holder. The Government makes no representation as to the number of Calls or actual amount of work to be ordered. 

The duration of this Blanket Purchase Agreement shall be Three (3) years, or upon reaching the BPA expiration.  The Contractor shall furnish all labor, specialty equipment, and materials necessary to execute the Services for each BPA Call under this agreement.  No single BPA Call may exceed $35,000 in total cost of labor and materials. The Contractor-Furnished Materials and Supplies shall not exceed $15,000 for each individual BPA Call.  The BPA Master Dollar Limit is $350,000.

For the purposes of this BPA, USACE is considering either leaving as one complete region or dividing the District region into northern and southern areas.  A spreadsheet listing the proposed areas is attached.

USACE welcomes comments and suggestions regarding the coverage area. Potential contractors are asked to specify if they would be capable of performing in the entire Pittsburgh District region or the proposed northern or southern areas. Based upon responses and internal deliberation, USACE may seek to create separate BPAs for the northern and southern areas.  A document listing the proposed northern and southern areas is attached to this sources sought.

Note: This is not a solicitation. This is a Sources Sought Notice (SSN) for planning purposes only.  The information obtained from responses to this SSN may be used in the development of an acquisition strategy and future solicitation.  No contract will be awarded based on the SSN nor any reimbursement made for information submitted.

The solicitation will be conducted under NAICS code 236220 - Commercial and Institutional Building Construction with an associated small business size standard of $45,000,000.00 average annual revenue.

Periods of Performance will be negotiated at the Call level.

No set-aside determination has been made at this time.

The contractor shall furnish all labor, equipment, devices, and materials and perform all work in accordance with the specifications.

The contractor shall comply with all applicable federal, regional, state, and local laws and commercial standards.

The above description of work is for general information only and is not intended to include or describe every feature of the work or to define the complete scope of the work.

RESPONSE PROCEDURE


To assist with planning, the GOV requests interested contractors submit the following by 10:00 AM ET, 28 January 2026:

(1)A positive statement of intent to submit a bid or proposal for this solicitation as a prime contractor. Include a description of how the 75 percent subcontracting requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for.

(2)  A capability statement.  This must include:

  • relevant construction experience, addressing projects of similar size, scope and complexity
  • trades involved
  • percent of work self-performed vs. in-house

(3) Dated letter, certification, or registration in the appropriate program repository from the appropriate competent jurisdiction that evidences SB, 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification, such as an SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.).

All the above must be submitted in sufficient detail for a decision to be made on the availability of interested SB, 8(a), HUBZone, WOSB, EDWOSB, or SDVOSB concerns. Failure to submit all the information requested may result in a contractor being considered ‘not interested’ in this requirement.

Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Aaron Barr, Contract Specialist, at aaron.m.barr@usace.army.mil , and copy Miriaha Sigmon and Melissa Harlon, Contracting Officers, at Miriaha.D.Sigmon@usace.army.mil and Melissa.R.Harlon@usace.army.mil, respectively.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.