- 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
Ramp alterations PH II
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 13, 2026. Industry: NAICS 238110 • PSC Z2LA.
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 238110 (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 42 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238110
Description
The Ohio Air National Guard (OHANG) has issued this sources sought as a means of conducting market research to identify potential vendors, including Small Business vendors, relative to NAICS 238110.
Disclaimer: This sources sought notice is for informational purposes only. This is not a request for proposal (RFP), invitation for bid (IFB), or request for quote (RFQ). It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds shall be paid for preparation of responses to this announcement. Any information submitted by respondents to this notice is voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, IFB, or RFQ. If a solicitation is released, it will be synopsized on the government-wide point of entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.
Objectives: Demo and remove buildings 115, 131, 133, tent structure 321, abandoned electrical components, guardrail, fencing, and concrete and asphalt areas as shown on the demolition plan. Purchase and install storm water control structures as shown in the drawings to include catch basins, piping, and trench drains to provide a proper flow channel and remove water from the areas allowing the grounds to be maintained. Purchase and install the required electrical conduit and wiring to support new fabric shelters. Prepare areas for placement of a new concrete access road, concrete tent pad, and concrete approach around building 137 and an asphalt shoulder patch as shown on the pavements plan. Purchase and install two new tensioned fabric shelters with liners, electrical equipment, interior lights, and doors as shown on attached drawing with one shelter having dehumidification equipment for humidity control. The contractor shall provide all labor, equipment, tools, appliances, transportation, materials, disposal and all documentation associated with the project.
Site visit offered will be 7 April 2026 at 10:00 a.m. EST
Additional Information and Submission Details: Interested parties are requested to submit an Interested Vendor Form and a narrative statement of no more than three pages length to the email address below by 4 pm, EST, 13 April 2026. All responses under this notice must be electronically mailed (e-mailed) to Adam Krouse, Contract Specialist, at adam.krouse@us.af.mil. No phone calls will be accepted.
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.