Skip to content
Department of Defense

Aquarium Tank Maintenance Service

Solicitation: FA2816Q0004
Notice ID: 5bad4ee833fc403da90c035fdc2bc9af
TypeSolicitationNAICS 812910PSCJ088Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCAPostedMar 27, 2026, 12:00 AM UTCDueApr 14, 2026, 10:00 PM UTCCloses in 7 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 14, 2026. Industry: NAICS 812910 • PSC J088.

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: FA2816Q0004. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$1,752,078,526
Sector total $1,752,078,526 • Share 100.0%
Live
Median
$159,094
P10–P90
$28,991$1,736,867
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,752,078,526)
Deal sizing
$159,094 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 CA
Live POP
Place of performance
El Segundo, California • 90245 United States
State: CA
Contracting office
El Segundo, CA • 90245-2808 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Mr. Benjamin Choy
Email
benjamin.choy@spaceforce.mil
Phone
3106535389
Name
SSgt Victor Mendoza
Email
victor.mendoza.4@spaceforce.mil
Phone
3106532936

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
FA2816 SMC PK PKO
Office
Not available
Contracting Office Address
El Segundo, CA
90245-2808 USA

More in NAICS 812910

Description

Los Angeles Air Force Base has a requirement for Fish Tank Maintenance. This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with FAR part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation Number FA2816Q0004 is issued as a “Request for Quote”. The Government proposes the acquisition of a Firm-Fixed Priced (FFP) contract to support the Los Angeles Air Force Base (LAAFB) Fish Tank Maintenance requirement. The Contractor shall furnish all personnel, equipment, labor, tools, materials, supervision, transportation, and other items and services necessary to perform aquarium maintenance services at Building #281 located at Los Angeles Air Force Base, El Segundo, California.  The Contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform all tank and aquarium cleaning, maintenance, replacement tasks and functions as defined in the attached Statement of Work (SOW).  

This acquisition is 100% set-aside small business concerns. The NAICS Code is 812910 which has a small business size standard of $9,000,000.00.  The Product Service Code is J088.

Line Items, Quantities, Units of Measure, and Options

All line-item information can be found in the FA2816Q0004 - Fish Tank Maintenance - 1449 attachment.

Place of Performance:

Los Angeles Air Force Base 483 N. Aviation Blvd. El Segundo, CA 90245-2808 United States.

Provisions & Clauses:

Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. 

Please ensure that the quote includes the following and will not exceed 10 pages (any pages beyond the 10th will not be evaluated):

- Company Profile

- Contact information

- Small Business Type

- NAICS Code

- CAGE Code

- UEI Code

- Completed Pricing Spreadsheet (SF 1449) that follows the attached template (CLIN structure must match the attachment). Submit quotes in two formats. One unredacted displaying all information. The other must be a redacted version not displaying any company identification/logos/UEI/Cage Codes.
(Incomplete quotations may be determined ineligible for award)


- Please see attached line-item numbers, quantities, options, and unit of measure.

Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition and the specific evaluation criteria is included in paragraph

(a) Evaluation factors. 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. The following factors will be used to evaluate offers:

Factor 1 – Lowest Price Technically Acceptable

Evaluation Method: Reasonableness

Pricing will be evaluated completeness and reasonableness Unbalanced or incomplete pricing may render a quotation ineligible for award.


(b) . The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Options (if applicable)Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).

(c) . A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result Notice of awardin a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

When offerors submit a response to the solicitation include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with offer.

Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition 

Clause at 52.217-8 Option to extend Services 

Clause at 52.217-9 Option to Extend the Term of the Contract

(Clauses reference can be found at www.acquisition.gov)

The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2026-01. All provisions and clauses can be found in the 1449 attachment. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

Due Dates:

Questions: 

All questions must be submitted via email no later than 03 April 2026 at 4:30 PM PST. Submit all questions to Mr. Benjamin Choy (benjamin.choy@spaceforce.mil) with SSgt Victor Mendoza (victor.mendoza.4@spaceforce.mil) courtesy copied.

Quotes: 

Quotations must be submitted via email no later than Apr 02, 2026 12:00 pm PST. Please send quotes to Mr. Benjamin Choy (benjamin.choy@spaceforce.mil) with Victor Mendoza (victor.mendoza.4@spaceforce.mil) courtesy copied.

(Late submissions will not be considered, with no exceptions)

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.