Skip to content
Department of Defense

Transformation Cell

Solicitation: 025192
Notice ID: 2ba00b1e77264f048583c7678ab88c98
TypeSources SoughtNAICS 541614PSCR799Set-Aside8ADepartmentDepartment of DefenseAgencyDept Of The ArmyStateGAPostedMar 25, 2026, 12:00 AM UTCDueApr 13, 2026, 01:00 PM UTCCloses in 4 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Apr 13, 2026. Industry: NAICS 541614 • PSC R799.

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: 025192. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541614 (last 12 months), benchmarked to sector 54.

12-month awarded value
$5,835,079,371,372
Sector total $5,897,748,259,654 • Share 98.9%
Live
Median
$402,920
P10–P90
$345,257$460,584
Volatility
Stable29%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
98.9%
share
Momentum (last 3 vs prior 3 buckets)
-77%(-$3,614,982,779,642)
Deal sizing
$402,920 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 GA
Live POP
Place of performance
Fort Gordon, Georgia • 30905 United States
State: GA
Contracting office
Fort Gordon, GA • 30905 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
GA20260088 (Rev 0)
Match signal: state matchOpen WD
Published Jan 23, 2026Georgia • Charlton
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+21 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 21 more rate previews.
Davis-BaconBest fitstate match
GA20260088 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Charlton
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
+20 more occupation rates in this WD
Davis-Baconstate match
GA20260102 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Tift
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
POWER EQUIPMENT OPERATOR: Crane (over 10 tons)
Base $32.00Fringe $17.70
Rate
Crane (over 120 tons)
Base $33.00Fringe $17.70
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260310 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Muscogee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.90Fringe $18.80
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
Rate
OPERATOR: Forklift
Base $32.93Fringe $16.08
+19 more occupation rates in this WD
Davis-Baconstate match
GA20260319 (Rev 0)
Open WD
Published Jan 23, 2026Georgia • Catoosa, Dade, Walker
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.24Fringe $18.54
Rate
ELECTRICIAN
Base $35.35Fringe $14.63
Rate
OPERATOR: Crane
Base $38.53Fringe $16.08
+19 more occupation rates in this WD

Point of Contact

Name
Martina C. Bond
Email
martina.bond.civ@army.mil
Phone
7067911832
Name
Tia Harris
Email
tia.j.harris.civ@army.mil
Phone
5207254757

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • FDO EUSTIS • W6QM MICC-FT GORDON
Contracting Office Address
Fort Gordon, GA
30905 USA

More in NAICS 541614

Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personnel services contract to provide Transform Cell to the U.S. Army Cyber Center of Excellence (CCOE) and Fort Gordon, Georgia, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes – it 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 source 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 541614 Process Physical Distribution and Logistics Consulting Services with a size standard of $20M.
A need is anticipated for contractor support at Cyber Center of Excellence (CCOE), Fort Gordon Georgia for Services support

This is a non-personal services contract to provide technical assistance in support of the Fort Gordon, Georgia (FGGA) transformation initiative and to conduct multi-discipline Cyber and Signal operations.  As part of their activities, the CCOE requires service to assist the Transformation Cell (TC) in transforming the FGGA and the CCoE into a world class training installation, developing the cyber workforce of the future and operationalizing cyber integration through dominant information partnerships.  The contractor shall perform to meet the standards within the Performance Work Statement. Attached is the draft Performance Work Statement (PWS) with Performance Requirements Summary (PRS), Deliverables Schedule, and Technical Exhibits with estimated workload data and equipment listing. In response to this source sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Does the company have a GSA Schedule contract? If so, provide the GSA Schedule contract number.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) “Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.

4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.

5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

8. Submit your response to this Sources Sought, including any capabilities statement, to the Contract Specialist, Martina Bond in either Microsoft Word or Portable Document Format (PDF), via email martina.c.bond.civ@army.mil No Later Than 9:00 a.m. EST on April 9, 2026, and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned.
DO NOT SUBMIT CLASSIFIED MATERIAL.

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.