- 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
Repair Launch Facility Concrete
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: MT. Response deadline: May 04, 2026. Industry: NAICS 238110 • PSC Z2QA.
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 238110 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 25 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238110
Description
This project consists of the repair of LaunchFacility Concrete.This work will be per-formed at one or more Launch Facilities(LF). Work consists of concrete joint, crack,and de-laminated/damaged repair. Thecontractor shall provide all plant, labor,equipment, supervision, services, and ma-terials to execute and satisfy the require-ments of this Contract. These repairs are lo-cated on Malmstrom Air Force Base,Montana.
The Government is contemplating Requirements type contract with a five (5) year ordering period with the expected aggregate capacity of $4,250,000.00. Actual projects upon award of the Repair LF Concrete Requirements contract at this time are estimated to be at a minimum level of $2,000.00 and an estimated maximum of $4,250,000.00 per task order.
This is not a solicitation! The Government intends to use this information for business type decisions on the fi-nal solicitation product. The Governmentis looking to identify interested smallbusiness concerns, to include 8(a),HUBZone, Woman Owned Small Business(WOSB), and Service-Disabled VeteranOwned Business (SDVOSB) to serve in thecapacity of a “Prime” contractor andhave the capability to accomplish the re-quirements identified above. All re-sponses must also include a statementthat the company holds all required certi-fications and licenses to perform thistype of work or can obtain them prior toaward of a contract especially in theState of Montana.
The Government does not intend toaward a contract on the basis of the RFIor otherwise pay for the information re-quested; and
Responses will be treated as informationonly and not as a proposal.
- The Government intends to use this information for business type decisions on the final solicitation product. All interested parties are requested to submit the below information to the primary POC; A1C Kyler Henderson at kyler.henderson@us.af.mil no later than 2:00 pm Mountain Time on 05 May 2026.
- Company Name
- State/Township of Business
- Small Business Status (8(a), HUBZone, WOSB etc.)
- Company CAGE code/UEI
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.