Skip to content
Department of Defense

Unaccompanied Personnel Housing Restoration at Naval Submarine Base (NSB) Kings Bay, GA

Solicitation: N6945026RDC10
Notice ID: 63a78faeabaa4db095fa3d0edb1c1b77
TypeSpecial NoticeNAICS 236220PSCZ2FCDepartmentDepartment of DefenseAgencyDept Of The NavyStateGAPostedFeb 02, 2026, 12:00 AM UTCDueFeb 17, 2026, 07:00 PM UTCExpired

Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Feb 17, 2026. Industry: NAICS 236220 • PSC Z2FC.

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: N6945026RDC10. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,087,670,157
Sector total $33,301,412,516 • Share 78.3%
Live
Median
$680,785
P10–P90
$0$54,917,500
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.3%
share
Momentum (last 3 vs prior 3 buckets)
+74673%($26,017,984,781)
Deal sizing
$680,785 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 GA
Live POP
Place of performance
Kings Bay, Georgia • United States
State: GA
Contracting office
Not listed

Point of Contact

Name
Darrien Thomas
Email
darrien.a.thomas.civ@us.navy.mil
Phone
Not available
Name
Deborah Torrence
Email
deborah.d.torrence2.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVFAC
Office
NAVFAC ATLANTIC CMD • NAVFAC SOUTHEAST
Contracting Office Address
Not available

More in NAICS 236220

Description

This is a request for information/market survey.  This is not a request for proposal, request for quote, or an invitation for bid.  There will be no solicitation, specification, or drawings available at this time.

Naval Facilities Engineering System Command (NAVFAC) Southeast is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for the following construction project.  The construction project is for a residential.  Construction may include, but is not limited to, renovation of the Unaccompanied Enlisted Personnel Housing Quarters (Buildings 1042, 1044, 1045, 1046 and 1054) located at Naval Submarine Base (SUBBASE), Kings Bay, Georgia. Buildings 1042, 1044, 1045 and 1046 were constructed in 1984. Building 1054 was constructed in 1989. The project scope includes upgrades to mechanical systems, fire protection, fire alarms, bathrooms, and exterior renovation. Except for Air Handling Units (AHU) in Buildings 1042, 1044 and 1046, all mechanical systems are being upgraded under this project. Mechanical system repairs include replacement of HVAC AHUs, installing Direct Digital Controls (DDC) for temperature and humidity, replacement of chilled water (CHW) piping, circulation pumps and cleaning of ductwork. Plumbing repairs include the replacement of plumbing fixtures, domestic water piping and sanitary piping. Electrical system repairs include replacement of electrical service panels throughout the building. Electrical repairs also include replacement of lighting fixtures with LED fixtures and replacement of wiring and wiring devices where they do not meet the current codes. Exterior renovation includes replacement of gutters, windows, doors, safety railings, lights, and painting of exterior walls. Interior renovation includes remodeling of bathrooms, mold remediation, cleaning and painting of all previously painted surfaces and replacement of floor finish material. Ceilings and non-loadbearing walls will be demolished and rebuilt as required to allow access to rebuild mechanical and plumbing ductwork and pipes. The project also requires the design for abatement of hazardous material. The hazardous materials survey has been conducted by the industrial hygiene professionals, and the findings of the survey are included in the report. Project is located in the State of Georgia.  Project will be design-bid-build.  NAICS Code: 236220.  The magnitude of construction is anticipated to be $25M – $100M.  General period of performance is anticipated to be approximately 1100 calendar days. 

A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as described in 29 U.S.C. 158 (f).  Federal Acquisition Regulation (FAR) policy states: Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use PLAs in large-scale construction projects (defined as a construction projects with a total estimated cost at or above $35M) to promote economy and efficiency in the administration and completion of Federal construction projects.  When awarding a contract in connection with a large-scale construction project, agencies shall require use of a PLA for contractors and subcontractors engaged in construction on the project, unless an exception(s) at FAR 22.504(d) applies. Reference is made to: FAR Subpart 22.5 Use of Project Labor Agreements for Federal Construction Projects; provision, FAR 52.222-33 Notice of Requirement for Project Labor Agreement; and to clause, FAR 52.222-34 Project Labor Agreement.

In consideration of the above factors, and any others which may be deemed appropriate, the public is invited to provide responses on the use of a PLA for this construction project utilizing the attached questionnaire. 

This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder’s list.   This survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government.  The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information.  The Government will not provide a debriefing on the results of this survey.  All information will be held in a confidential manner and will only be used for the purposes intended.

Responses shall be submitted on the attached questionnaire via email to darrien.a.thomas.civ@us.navy.mil no later than 2:00 PM ET on February 17, 2026

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.