- 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
Pre-Fabricated Transportable Bunkers
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: Aqaba • 77110 Jordan. Response deadline: Mar 27, 2026. Industry: NAICS 327390 • PSC 5410.
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 327390 (last 12 months), benchmarked to sector 32.
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.
Point of Contact
Agency & Office
More in NAICS 327390
Description
NOTE: THIS IS NOT A REQUEST FOR QUOTE
SOURCES SOUGHT
1.0 Purpose/Scope
This is an open market Sources Sought regarding a tentative requirement to pre-fabricated transportable bunkers. As part of its market research, on behalf of its customer, the 1 Expeditionary Theater Support Group, Theater Contracting Office (1 ETSG/TKO) is issuing this Sources Sought to determine if there exists an adequate number of interested and qualified contractors capable of providing the requirement as further described. The United States Government (USG) may use the responses to this Sources Sought for information and planning purposes. The technical specifications describe only the currently contemplated possible specifications and may vary from the actual specifications identified in final Product Descriptions included in any Request for Quote (RFQ).
This Sources Sought is only for the purpose of identifying potential sources as part of market research. No RFQ currently exists; therefore, do not request a copy of the RFQ. This Sources Sought is issued for information and planning purposes only and does not itself constitute an RFQ. Responses to this Sources Sought will not be considered as formal quotes and the customer does not intend to award an open market delivery order(s) or Blanket Purchase Agreement (BPA) based on responses to this Sources Sought.
2.0 Objectives of the Sources Sought
- Understand the level of interest and availability of potential vendors that could provide the requested turnkey solution.
- Identify issues, roadblocks, and barriers to successful solution implementations.
- Obtain vendor feedback on if the vendor will utilize any subcontractors or teaming arrangements.
- Identify if a total solution can be provided via open market contractors.
- Provision of other benefits of leveraging a turnkey solution.
- Comments regarding any ambiguities or needed clarifications of the Draft technical specifications.
- Obtain vendor feedback on any other pre-existing contracts that might meet this need.
3.0 Sources
The Sources Sought will be posted to SAM.GOV.
4.0 Draft Technical Specifications
There is not currently a statemement of work (SOW); USG is currently conducting market research as part of its requirments development. With that in mind, the government is seeking the following:
The USG is seeking information from vendors capable of providing prefabricated, transportable, hardened shelter systems designed to protect personnel from blast and fragmentation threats under PSC 5410 and NAICS 327390. All proposed solutions must be deliverable to the Aqaba Air Cargo Terminal at King Hussein International Airport in Aqaba, Jordan. Vendors are requested to submit three potential delivery options reflecting estimated timelines of 3 days, 15 days, and 30 days. Responses shall include a comprehensive description of the materials used in fabrication, including composition, structural design, and any reinforcement features. Vendors must also clearly identify the protection level of each proposed bunker, including the highest level of threat (e.g., blast force, fragmentation, or ballistic impact) the system is designed to withstand. While the total quantity requirement is currently unknown; vendors are encouraged to provide pricing structures that reflect any available economies of scale. The USG’s review of documentation priorities are delivery timeline first, followed by protection level of the bunker systems.
5.0 Notes to Responders
All information received in response to this Sources Sought marked “Proprietary” will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. The customer will not pay for information received in response to this Sources Sought. There is no commitment by the USG to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this Sources Sought.
Please limit responses or capability statement to three pages. Review the objectives under Section 2.0 and include any concerns, possible issues, comments, or suggestions relative to those points in the statement. Any format is acceptable. Also include contract number, relevant information on the company, and if available, brief descriptions of recent and relevant projects for products similar to that described in the draft technical specifications.
Submit Sources Sought responses to the Contracting Officer via email by the close date specified in SAM.GOV Contact information is listed below.
Title all email entries "Pre-Fabricated Transportable Bunkers Sources Sought Response"
Capt Francoise Douala
Division Chief, 1 ETSG/TKO
Francoise.douala.1@us.af.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.