- 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
Shooting Range Maintenance (Annual/Quarterly Maintenance and Cleaning) - SOURCES SOUGHT - Niagara Falls ARS, Niagara Falls, NY
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Mar 04, 2026. Industry: NAICS 562910 • PSC S299.
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 562910 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 562910
Description
REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT INQUIRY (SSI)
THIS NOT A SOLICIATION AND NO SOLICITATION HAS BEEN ISSUED AT THIS TIME. REQUESTS FOR A SOLICITATION OR CONTRACTOR PROPOSALS/QUOTES WILL NOT RECEIVE A RESPONSE.
The 914th contracting office, Niagara Falls Air Reserve Station (NFARS), New York is seeking information and sources that can provide:
Rifle Range Maintenance services for Niagara Falls Air Reserve Station, Niagara Falls, NY. Services required are summarized as follows:
-Initial (one time base year), Quarterly and Annual cleaning and maintenance of NFARS rifle range.
-Cleaning includes range cleaning, ventilation system cleaning, range target system and bullet trap inspection and maintenance. Additionally disposal of contaminated waste, documentation and wipe sampling is required. As this is a live range, hazardous material remediation is required while cleaning.
CONTRACTOR MUST FULLY REVIEW ATTACHED DRAFT PWS FOR ANTICIPATED REQUIREMENT SERVICES. PWS PROVIDES DETAILED OUTLINE OF MAINTENANCE SCHEDULE AND REQUIREMENTS.
-Anticipate services period of performance as a base plus 4 option periods (5 years total). Contract anticipated to July-September 2026.
Services include all personnel, equipment, tools, materials, vehicles, supervision and other items and services necessary to perform services required.
The government is requesting response from ALL POTENTIAL CONTRACTORS REGARDLESS OF SIZE STANDARD. This Request for Information/Sources Sought Inquiry is open to all types of businesses, including small businesses, and requests the following information from interested contractors:
- Response from any contractor who may be capable of providing the services as outlined in the attached PWS. Response should include basic capability information for the contractor.
- Small Businesses please include your small business category information with your response.
The anticipated North American Industry Classification Systems (NAICS) Code for this effort is 562910 – Remediation Services with a corresponding Small Business Size Standard of $25.0 Million.
The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Any updated information will be provided in future announcements and posted electronically on the System for Award Management website at sam.gov. Failure to respond to this Request for Information/Sources Sought will not preclude participation in any future solicitation, if issued.
The Government requests that interested parties who are capable of meeting this requirement respond to this notice and your response should include your Company Name and Address, Cage Code, DUNS Number, Company business size by NAICS code, Small Business Type (if applicable), Point of Contact for questions and/or clarification, Telephone Number, fax number and email address, Web Page URL, Teaming Partners (If applicable), and Provide any recommendations and/or concerns. Any additional information or updates to this RFI/SSI will be posted on sam.gov.
Please e-mail your response to the following primary address: matthew.crum.9@us.af.mil, no later than the closing date of this source sought notification. This RFI/SSI is issued solely for informational and planning purposes. No funds are available to fund the information requested. Oral submissions of information will not 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.