- 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-demolition Survey of various buildings at the NASA AMES Research Center, San Francisco, California
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Apr 10, 2026. Industry: NAICS 541330.
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 541330 (last 12 months), benchmarked to sector 54.
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 26 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541330
Description
SOURCES SOUGHT ANNOUNCENMENT
1. This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified small and other than small business sources under the anticipated North American Industry Classification System (NAICS) 541330, Engineering Services. The small business size standard is $25.5 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government to a specific acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
2. CONTRACT INFORMATION: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) is seeking to determine the interest and ability of qualified firms to conduct a Pre-demolition Survey of various buildings at the NASA AMES Research Center, San Francisco, California.
3. The purpose of this sources sought notice is to conduct market research to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Woman Owned Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Businesses, and Other Than Small Businesses. Offerors are requested to respond to the attached questionnaire, which shall not exceed ten pages. Based upon the responses received, consideration will be given to defining what part, or all, of the acquisition will be set-aside for small business competition.
4. PROJECT INFORMATION: NASA has tasked the US Army Corps of Engineers, Engineering and Support Center, Huntsville, to initiate a Facility Reduction requirement at the AMES research center in San Francisco, CA. Buildings are considered excess and will be demolished. The purpose of this contract is to procure Pre-demolition surveys according to the requirements set forth in this Performance Work Statement (PWS).
The objective is to plan and complete the environmental sampling facilities as identified in the PWS. The objective of the Performance Work Statement is to plan and complete the environmental sampling of facilities at the installation. The structures of concern are listed in Table I of the PWS. The sampling will determine ACM and ORM materials and complete a Waste Stream Analysis for RCRA 8 metals, lead-based paint (LBP) and PCB’s-in-paint for those parts of the structure currently identified as potentially having any painted components. Following sampling, the Contractor shall be able to completely quantify the environmental contamination present and the methods required to remove and dispose of contamination in a safe manner. All sampling shall be planned and performed in accordance with Federal, State, and local regulations for the installation. All recommendations for follow-on actions shall also be in accordance with Federal, State, and local regulations. Laboratory testing and analysis shall be completed within the workdays identified in table two following the respective site sampling field activity completion. The results of the site investigation and sampling effort will be provided in an individual Pre-Demolition Assessment Report for the installation
Please refer to the PWS and attached documents for requirement specifics.
5. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Interested firms should complete and submit a capability statement via email to Ben Hoell, Contracting Specialist (Benjamin.G.Hoell@usace.army.mil). Submission shall be received no later than 12:00 P.M. Central Time, 10 April 2026 Personal visits for the purpose of discussing this announcement will not be scheduled.
Attachments
PWS
Capability Questionnaire
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.