Skip to content
Department of Defense

DPW CAD-GIS-GPS Support Services

Solicitation: PANMCC26P0000038134
Notice ID: 05b55d77d6634267884ea56b51c370b8
TypeSources SoughtNAICS 541370PSCDB10Set-Aside8ADepartmentDepartment of DefenseAgencyDept Of The ArmyStateCOPostedApr 15, 2026, 12:00 AM UTCDueApr 29, 2026, 05:00 PM UTCCloses in 14 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 29, 2026. Industry: NAICS 541370 • PSC DB10.

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: PANMCC26P0000038134. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541370 (last 12 months), benchmarked to sector 54.

12-month awarded value
$828,161,605
Sector total $5,898,386,249,043 • Share 0.0%
Live
Median
$3,900
P10–P90
$3,900$3,900
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+3102%($777,995,995)
Deal sizing
$3,900 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 CO
Live POP
Place of performance
Colorado Springs, Colorado • 80913 United States
State: CO
Contracting office
Fort Carson, CO • 80913-5198 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260007 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Boulder
Rate
POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar)
Base $35.03Fringe $15.20
Rate
Scraper (single bowl, under 40 cu. yd), Crane (50 tons and under)
Base $35.20Fringe $15.20
Rate
Drill Rig Caisson (Watson 2500 similar or larger), Crane (51-90 tons), Scraper (40 cu.yd and over),
Base $35.41Fringe $15.20
+50 more occupation rates in this WD
Davis-Baconstate match
CO20260019 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Clear Creek
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $46.80Fringe $19.53
+30 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
SFC Michael Miller
Email
michael.b.miller192.mil@army.mil
Phone
928-989-5397

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 418TH CSB • W6QM MICC-FT CARSON
Contracting Office Address
Fort Carson, CO
80913-5198 USA

More in NAICS 541370

Description

                                                           SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI)

                                                                       DPW CAD-GIS-GPS Services- Ft. Carson

This notice constitutes a Request for Information (RFI) Pursuant to Federal Acquisition Regulation (FAR) Part 15.201 for the purpose of determining the capability of sources in the marketplace for a contemplated effort for the Directorate of Public Works (DPW) for Computer Aided Design (CAD), Geographic Information System (GIS), and Global Positioning Services (GPS) requirement on Fort Carson, Colorado. This RFI is for procurement planning purposes only for eventual award and shall not be construed as a request for proposals, solicitation, or commitment on the part of the Government to issue any future solicitation or award. The Government will not reimburse any costs associated with the development and submission of materials in response to this request.

The contemplated effort would be to award a contract with a 12-month base period and three 12-month option periods. The North American Industry Classification System (NAICS) code for this requirement is 541370 – GIS Services and 541340 – CAD Services. The Product Service Code (PSC) for this requirement is DB10 – IT and Telecom – Compute as a Service – Mainframe/Servers. All interested parties must have an active registration in SAM.gov and be associated with the NAICS codes 541370 and 541340.

Capability Statements shall clearly state the following: Capability to meet the requirement of DPW CAD-GIS-GPS Services on a similar scope in accordance with (IAW) the Performance Work Statement (PWS) attached. Offerors who cannot provide historical information for their company CAD-GIS-GPS Services of similar scope/scale should provide corresponding information to show how your company would meet the requirements of the PWS. This information should provide a strong level of confidence in the Government that an offeror would meet or exceed the performance requirements outlined in the PWS.

The capability statement should demonstrate understanding, capability, approach, qualification, and experience in meeting the work requirements identified in this notice. Finally, interested firms should identify challenges and risks associated with meeting the requirements of this notice and how the organization would minimize those risks. The Government will review the capability statement to determine if the firm interested can satisfy the requirements based on its demonstrated understanding, capability, approach, qualification, and past experience in each of the areas in this notice. Please note that a small business concern may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this source sought must clearly discuss the areas of this notice that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform.

In furnishing the requested information, please include the following as part of the submission:

  1. Name of the Organization
  2. Address of the Organization
  3. Telephone/Fax Number, Address, and Email address for the primary point of contact for Capabilities Statement
  4. CAGE Code and UEI Number for the Organization

5. Small business standing (i.e. large or small business)

  1. If a Small Business, indicate Small Business Type(s) (e.g., Small Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business)
  2. If your organization holds any schedule (GSA, SBA 8a Program, etc.)
  3. A description of your organization’s capability to meet the requirements stated above
  4. A summary of your organization’s history relative to similar requirements

As much as possible, it is preferred that capability statements be nonproprietary. However, capability statements with company-sensitive data and concepts will be accepted, and the Government will respect restricted data markings. Responders are expected to appropriately mark their submissions that contain proprietary information; receipt of classified materials is not anticipated.

All responses shall be submitted electronically, via email, no later than 29 April 2026, at 11:00 AM (MDT), to the points of contact listed below. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence.

Points of Contact

Primary: SFC Michael Miller at michael.b.miller192.mil@army.mil

Secondary: Frank M. Camacho at frank.m.camacho.civ@army.mil

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.