Skip to content
Department of Defense

Industrial Specialty Door Inspection, Maintenance and Repair Services

Solicitation: FA441826DOORS
Notice ID: 5b3275eb64d54fd39f9dc3ab2874c2ff
TypeSources SoughtNAICS 811310PSCJ038Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateSCPostedJan 23, 2026, 12:00 AM UTCDueFeb 06, 2026, 07:00 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Feb 06, 2026. Industry: NAICS 811310 • PSC J038.

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: FA441826DOORS. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$105,883,699
Sector total $332,115,687 • Share 31.9%
Live
Median
$126,395
P10–P90
$11,621$1,265,750
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
31.9%
share
Momentum (last 3 vs prior 3 buckets)
+6575%($102,758,065)
Deal sizing
$126,395 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 SC
Live POP
Place of performance
Charleston AFB, South Carolina • 29404 United States
State: SC
Contracting office
Joint Base Charleston, SC • 29404-5021 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
SC20260004 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026South Carolina • Abbeville, Aiken, Allendale +43
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
+18 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 18 more rate previews.
Davis-BaconBest fitstate match
SC20260004 (Rev 1)
Open WD
Published Jan 30, 2026South Carolina • Abbeville, Aiken, Allendale +43
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+17 more occupation rates in this WD
Davis-Baconstate match
SC20260016 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Orangeburg
Rate
CARPENTER, Excludes Form Work
Base $15.45Fringe $0.00
Rate
ELECTRICIAN
Base $19.99Fringe $4.04
Rate
FORM WORKER
Base $14.08Fringe $0.00
+8 more occupation rates in this WD
Davis-Baconstate match
SC20260065 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Calhoun, Fairfield, Kershaw +2
Rate
CARPENTER
Base $14.53Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $13.59Fringe $0.00
Rate
DRYWALL HANGER
Base $12.00Fringe $0.00
+6 more occupation rates in this WD
Davis-Baconstate match
SC20260067 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Greenville, Laurens, Pickens
Rate
CARPENTER
Base $16.38Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $14.69Fringe $0.00
Rate
ELECTRICIAN
Base $16.43Fringe $0.00
+5 more occupation rates in this WD

Point of Contact

Name
SSgt Adrian Martell
Email
adrian.martell@us.af.mil
Phone
8439633722
Name
Stephanie R. Woods
Email
stephanie.woods.7@us.af.mil
Phone
8439634502

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR MOBILITY COMMAND
Office
FA4418 628 CONS PK
Contracting Office Address
Joint Base Charleston, SC
29404-5021 USA

More in NAICS 811310

Description

SOURCES SOUGHT: THIS IS NOT A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION FOR PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. 

Joint Base Charleston anticipates this requirement to remain a total small business set-aside. The North American Industry Classification Systems {NAICS) Code proposed 811310. The size standard for NAICS is $12.5 Million. 

Purpose:

The purpose of this sources sought is to seek out commercial contractor services to provide the 628th Civil Engineer Squadron (CES) with inspection, preventive maintenance, and repair services for various Industrial Specialty Doors located on Joint Base Charleston (JB CHS), South Carolina.

Request:

The scope of work consists of providing all management, tools, supplies, equipment, labor, transportation, supervision, and any other items and services necessary to perform Inspections, Preventive Maintenance, and Repair Services for various categories of Industrial Specialty Doors for JB CHS as listed in the applicable appendices and in accordance with all applicable laws, regulations, commercial practices, and manufacturer's recommendations and specifications.

Attached is a copy of the draft PWS and applicable Appendices. Appendix A identifies doors requiring Preventive Maintenance and Inspections (PMI), and Appendix B identifies doors that will be subject to service calls and repair (note that all doors listed in Appendix A are also included in Appendix B). The contractor is expected to fulfill all responsibilities with a demonstrated emphasis on safety and customer service and is encouraged to use innovative approaches to accomplish PWS requirements in a timely and cost-effective manner.

Additional Information:

The government is interested in all small businesses including 8(a), Historically Underutilized Business (HUB) Zone, Service-Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, economically disadvantaged women-owned small business (EDWOSB). The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), HUB Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. 

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit a contract shall be solely within the Government's discretion. 

Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the contractor's responses will factor into any necessary alterations to the PWS. 

Responses should be submitted electronically to the following e-mail address: 

adrian.martell@us.af.mil

RESPONSES ARE DUE NO LATER THAN 06 February 2026, at 2:00 PM EST.

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.