- 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
145th Security Force Building
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 12, 2026. Industry: NAICS 236220 • PSC Y1BZ.
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 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
Description
The 145th Airlift Wing in Charlotte, NC intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to construct a Security Forces Operations facility utilizing conventional construction methods to accommodate the mission of the facility. Facilities is designed as permanent construction in accordance with the Department of Defense (DoD) Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and Base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism / force protection (AT/FP) requirements per UFC. This work will take place in Charlotte, NC.
Additive or Deductive Items: In accordance with DFARS 252.236-7007, Additive or Deductive Items will be used for this project in addition to the previous work described. There will be three (3) options:
- Pedestrian Bridge
- Folding Partition in the training rooms
- Millwork Lockers
BRAND NAME: This project requires four (4) brand name specific products. A justification will be posted with the solicitation. The brand name products included in this acquisition are:
- Alerton - Direct Digital Control (DDC) System
- Best - Cormax Door Hardware Cores
- Monaco Enterprises - Fire Alarm Radio Transceiver
- Sherwin Williams- Interior Finishes
The contract duration is 360 days after issuance of notice to proceed (NTP). This project is set aside 100% for Small Business contractors. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000. The magnitude of this project is between $5,000,000.00 and $10,000,000.00.
As a result of the solicitation, the Government intends to award a Firm Fixed Price (FFP) contract to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price. The Government will determine the apparent low bidder in accordance with the procedure described in DFARS 252.236-7007, Additive or Deductive Items. Prior to award, to establish its responsibility, the apparent low bidder will be requested by the Government to submit a statement regarding his previous experience in performing comparable work, business and technical organization, financial and bonding resources, resources available to be used in performing the work, etc. (this is not an all-inclusive list).
The language that will be used for the Additive or Deductive Items is as follows:
The resulting award may be awarded on an All, Some or None basis pending the availability of funds and budget. The contract will be awarded to the bidder providing the maximum scope (combination of the most CLINS) within the budget. The awardee will be lowest in aggregate for the CLINS that are awarded. The low offeror's price for the combination to be awarded will be less than the price offered by any other responsive, responsible offeror for those same CLINS.
Example. The amount available is $100,000. Offeror A's base bid and four additives are $85,000, $10,000, $8,000, $6,000, and $4,000. Offeror B's base bid and four additives are $80,000, $16,000, $9,000, $7,000, and $4,000. Offeror A is the low offeror. The aggregate amount of offeror A's bid for purposes of award would be $99,000, which includes a base bid plus the first and fourth additives. The second and third additives were skipped because each of them would cause the aggregate bid to exceed $100,000.
Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states “By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees” applies to this project.
The tentative date for issuing the solicitation is on-or about 13 April 2026. The tentative date for the pre-bid conference/site visit is on-or about 27 April 2026, 09:00AM EST. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. The bid opening date is scheduled for on-or about 13 May 2026. Actual dates and times will be identified in the solicitation.
Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Sam.Gov website through the “Contract Opportunities” section online at https://sam.gov/. Sam.Gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with Sam.Gov before accessing the system.
DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.
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.