- 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
Sources Sought for industry technologies available to transform existing open office space
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Apr 24, 2026. Industry: NAICS 238390 • PSC 7110.
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 238390 (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 27 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238390
Description
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to transform existing open office space into five (5) enclosed office spaces for supervisory personnel. The first location (Design Branch) is to transform three (joined) existing cubicle spaces into three fully enclosed offices, by way of installing floor to ceiling walls, doors, and glass. The second location (Cost Engineering Branch) is to transform one existing corner cubicle space into a single fully enclosed office, by way of installing floor to ceiling walls, doors, and glass. The third location (Geosystems Branch) is to transform one existing cubicle space into a single fully enclosed office, by way of installing floor to ceiling walls, doors, and glass. In addition to providing office furniture and storage space with associated delivery and installation.
The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement includes, but is not limited to:
-238390: Other Building Finishing Contractors
-337211: Wood Office Furniture Manufacturing
There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors.
Expected delivery for this purchase shall be within sixty (60) days of award.
All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.
Submission Instructions: Interested parties who consider themselves qualified to perform the above- listed services are invited to submit their Capability Statement to this Sources Sought Notice by April 24, 2026 by 1200 hrs. EST. All responses under this Sources Sought Notice must be emailed to glenn.i.jenkinson@usace.army.mil and CC gerald.l.garvey@usace.army.mil.
Firm's response to this Synopsis shall be limited to 3 pages and shall include the
following information:
- Firm's name, address, point of contact, phone number, website, and email address.
- Firm's interest in bidding on the solicitation when it is issued.
- Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 2 years:
Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) -provide at least 3 examples.
4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBZone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.
Prior Government contract work is not required for submitting a response under this sources sought synopsis.
You must be registered with the System for Award Management (SAM) in order to receive a government contract award. To register go to www.sam.gov.
If you have any questions concerning this opportunity, please contact: Glenn Jenkinson at (904) 232-1002 or by email at glenn.i.jenkinson@usace.army.mil, or Gerald Garvey at (904) 232-3055 or by email at Gerald.L.Garvey@usace.army.mil.
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.