- 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
Fort Drum MATOC
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Mar 31, 2026. Industry: NAICS 236220 • PSC Z2QA.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 66 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
Amendment 0003-submission time updated; This contract shall be an indefinite delivery, indefinite quantity (ID/IQ) contract encompassing a wide variety of individual construction and repair task and trades. Such work is to include but not limited to carpentry, road repair, roofing, excavation, interior and exterior electrical, heating, ventilating and air conditioning (HVAC), plumbing, sheet metal work, painting, demolition, concrete masonry, welding, emergency repairs, water lines and gas line construction and repair. The Contractors work and responsibility shall include all Contractor planning, programming, administration, and management necessary to provide all repair or construction and related services as specified. The Contractor shall perform the work in strict accordance with the contract and all applicable federal, state and local laws, regulations, codes, directives, and Installation policies. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction, North American Industry Classification System (NAICS) code 236220. The small business size standard is $45.0 million. The magnitude of this requirement is estimated to be $225,000,000 (five year ordering period).In accordance with FAR Part 36.211 Distribution of Advance Notices and Solicitations, contractors are required to submit requests for equitable adjustment as a result of change orders to the issuing Contracting Officer. Contractors are required to acknowledge the change order within 30 days and are to submit their request for adjustment which includes all supporting documents as soon as possible, but not later than the required completion date of the contract. Place of Contract Performance: Fort Drum, New York 1360218. Set-aside Status: This acquisition is a 100% competitive 8(a) set-aside, pursuant to the requirements of FAR section 19.805, Competitive 8(a).
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.