- 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
XFS Global Large Area Maintenance Shelter (LAMS) Repair / Maintenance
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 03, 2026. Industry: NAICS 811310 • PSC J054.
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 811310 (last 12 months), benchmarked to sector 81.
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 247 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811310
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the maintenance / repair of three (3) XFS Global Large Area Maintenance Shelters (LAMS) 75’ long x 60’ wide x 16’ high, located at DLA Disposition Services Pendleton. DLA is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. The U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice.
The proposed Firm Fixed Price contract aims to maintain XFS Global LAMS. The LAMS shall be inspected, and any repairs needed completed. Attached is the draft Performance Work Statement (PWS).
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business Size Standard of $12,500,000.00.
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business, SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.).
2. Identify if your firm is interested in competing for this requirement as a prime contractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. If subcontracting, confirm that your firm can meet the Limitations on Subcontracting under FAR 52.219-14.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial, manufacture of LAMS tent maintained), pertinent certifications, etc., that will facilitate making a capability determination.
4. Recommendations to improve the DLA Disposition Services approach/specifications/draft PWS/PRS to acquiring the identified services.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Matthew Wonch, in either Microsoft Word or Portable Document Format (PDF), via email: matthew.wonch@dla.mil
No phone calls will be accepted.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
DIBBS / DLA Details
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.