Skip to content
Department of Defense

Combat Arms Inspection and Cleaning Services

Solicitation: FA461326Q1004
Notice ID: 47470647637e4da7b0559ab249a0835e
TypeCombined Synopsis SolicitationNAICS 562910PSCF108Set-Aside8ADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateWYPostedApr 07, 2026, 12:00 AM UTCDueApr 23, 2026, 04:00 PM UTCCloses in 16 days

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: WY. Response deadline: Apr 23, 2026. Industry: NAICS 562910 • PSC F108.

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: FA461326Q1004. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 562910 (last 12 months), benchmarked to sector 56.

12-month awarded value
$215,145,949
Sector total $1,991,922,266 • Share 10.8%
Live
Median
$29,307,302
P10–P90
$15,245,484$43,369,119
Volatility
Volatile96%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
10.8%
share
Momentum (last 3 vs prior 3 buckets)
-51%(-$72,924,454)
Deal sizing
$29,307,302 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 WY
Live POP
Place of performance
FE Warren AFB, Wyoming • 82005 United States
State: WY
Contracting office
Fe Warren Afb, WY • 82005-2860 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WY20260041 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +20
Rate
Asbestos Removal, Abatement and Demolition
Base $23.00Fringe $0.00
Rate
Blinds/Window-Covering Installer
Base $11.96Fringe $0.00
+32 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 32 more rate previews.
Davis-BaconBest fitstate match
WY20260041 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +20
Rate
Asbestos Removal, Abatement and Demolition
Base $23.00Fringe $0.00
Rate
Blinds/Window-Covering Installer
Base $11.96Fringe $0.00
Rate
Boilermaker
Base $38.42Fringe $32.82
+31 more occupation rates in this WD
Davis-Baconstate match
WY20260044 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +18
Rate
Carpenter
Base $29.40Fringe $5.25
Rate
Concrete Finisher
Base $30.12Fringe $7.39
Rate
Electrician (Inside Wireman, Outside Lineman and Signal and Lighting work)
Base $58.83Fringe $21.89
+11 more occupation rates in this WD
Davis-Baconstate match
WY20260043 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Natrona
Rate
Carpenter
Base $27.07Fringe $2.37
Rate
Concrete Finisher
Base $28.00Fringe $7.46
Rate
Electrician (Inside Wireman, Outside Lineman and Signal and Lighting work)
Base $58.83Fringe $21.89
+11 more occupation rates in this WD
Davis-Baconstate match
WY20260002 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Laramie, Natrona
Rate
CARPENTER (Including Drywall Hanging and Formbuilding/Formsetting)
Base $28.66Fringe $13.50
Rate
SHEET METAL WORKER (Including HVAC Duct and Setting HVAC System) Laramie County
Base $25.88Fringe $17.68
Rate
Natrona County
Base $25.50Fringe $19.11
+4 more occupation rates in this WD

Point of Contact

Name
1st Lt Kamary Williams
Email
kamary.williams@us.af.mil
Phone
3077732454
Name
Sara Cook
Email
sara.cook.7@us.af.mil
Phone
3077733749

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Contracting Office Address
Fe Warren Afb, WY
82005-2860 USA

More in NAICS 562910

Description

Combined Synopsis/Solicitation Number: FA461326Q1004

Purchase Description: Combat Arms Inspection and Cleaning Services

This announcement constitutes the only solicitation/notice; response/quotes are being requested, further written or oral solicitation will not be issued. This solicitation will be a competitive 8(a) set-aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461326Q1004, as a Request for Quotation using RFO Part 12, Acquisition of Commercial Products and Commercial Services and RFO Part 37, Service Contracting. The North American Industrial Classification System (NAICS) code for this procurement is 562910-Remediation Services with a small business standard of $25M.

The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations FAC Number 2026-01 effective 13 March 2026, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 11/10/2025 effective 11/10/2025.

DESCRIPTION OF ITEMS/SERVICE: All CLINS F.O.B. Destination

The contractor shall provide all management, tools, supplies, equipment, labor, and transportation necessary
(to include High Efficient Particulate Air (HEPA) vacuums, power washers, waste containers/barrels, cleaning
solutions/other cleaning materials, and other items/services) to perform range cleaning and inspection
services at F.E. Warren Air Force Base, Wyoming, in accordance with all applicable federal, state, local laws and
regulations and this performance work statement (PWS).

CLIN STRUCTURE:

CLIN 0001 CATM Inspection and Cleaning Service Quantity: 2 Unit of Measure: Job 

PLACE OF PERFORMANCE:

Performance will occur at the CATM Range located at Bldg 1591 on F. E. Warren AFB.

SITE VISIT:

A site visit has been scheduled for 16 April 2026 at 9:00AM MST. Please meet at bldg 1591 at 9:00AM MST. Please reach out to Mrs. Sara Cook (sara.cook.7@us.af.mil) and 1st Lt Kamary Williams (kamary.williams@us.af.mil) for further instructions no later than 13 April 2026.

QUESTIONS:

Questions shall be received no later than 17 April 2026 3:00PM MST to Mrs. Sara Cook (sara.cook.7@us.af.mil) and 1st Lt Kamary Williams (kamary.williams@us.af.mil).

QUOTES:

Responses/quotes MUST be received no later than 23 April 2026 10:00AM MST in order to be considered timely. Forward responses by e-mail to Mrs. Sara Cook (sara.cook.7@us.af.mil) and 1st Lt Kamary Williams (kamary.williams@us.af.mil).

Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered.

OTHER INFORMATION:

Per RFO Subpart 4.304, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for CATM Inspection and Cleaning Service. This acquisition is a Total 8(a) small business set-aside. Only quotes submitted by businesses holding NAICS Code 562910 will be accepted by the Goverment.

Interchanges. The Government intends to award without interchanges with respective vendors/quoters. The Government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate curcumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.

INSTRUCTION TO OFFERORS:

Offerors shall comply with RFO 52.212-1 Instructions to Offerors-Commercial Products and Commcercial Services (Deviation Date)

RFO 52.212-1 is hereby tailored as follows:

1. Any inconsistency between RFO Provision 52.212-1 and the Addendum to RFO 52.212-1 shall be resolved by giving precedence to the Addendum to RFO 52.212-1.

2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

3. The term "offeror" or "offer" as used in RFO 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order.

4. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.

5. Paragraph (a) of RFO Provision 52.212-1, Submission of Offers, is amended as follows:

In addition to the quote submission requirements stated in RFO Provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:

            1. Statement of Understanding Attachement 1- Performance Work Statement

             2. Complete Copy of Attachment 5-Contractor Response Form

             3. Firm Fixed Pricing to include Unit Price and Extended Price

(Price must include ALL work outlined within the PWS)

EVALUATION:

ADDENDUM TO RFO 52.212-2 EVALUATION-COMMERCIAL ITEM (DEVIATION DATE)

Paragraph (a) is hereby replaced with the following:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes that do not include all requested information in RFO 52.212-1 will be considered nonresponsive. Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers:

1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 1 - Performance Work Statement showcasing the ability to thoroughly clean the CATM Auger system while following applicabe laws and guidelines to ensure an environmentally safe range.

2. Price:

     1. The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors.

     2.  Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.

    3.  No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.

(End of Provision)

Attachments 

Attachment 1 - PWS FA461326Q1004 CATM Cleaning 1 April 2026-final

Attachment 2 - Clauses and Provisions 

Attachment 3 - Wage Determinations 

Attachment 4 - Contractor Response Form 

Attachment 5 - Auger Pictures 

Attachment 6 - Supplemental Clauses 

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.