Skip to content
Department of Defense

Demolish Aircraft Buildings

Solicitation: F2R3C16016A001
Notice ID: 747f76d97f0446009575914c28c44045
TypeSources SoughtNAICS 238910PSCP400Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateTXPostedFeb 24, 2026, 12:00 AM UTCDueMar 04, 2026, 08:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Mar 04, 2026. Industry: NAICS 238910 • PSC P400.

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: F2R3C16016A001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238910 (last 12 months), benchmarked to sector 23.

12-month awarded value
$5,088,687,072
Sector total $33,290,444,816 • Share 15.3%
Live
Median
$999,000,000
P10–P90
$173,463$999,000,000
Volatility
Volatile100%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
15.3%
share
Momentum (last 3 vs prior 3 buckets)
+17337746%($5,088,628,372)
Deal sizing
$999,000,000 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 TX
Live POP
Place of performance
Laughlin AFB, Texas • 78843 United States
State: TX
Contracting office
Laughlin Afb, TX • 78843-5101 USA

Point of Contact

Name
TSgt Benjamin M. Sanders
Email
benjamin.sanders.2@us.af.mil
Phone
8302984642
Name
Joselynn Cooper
Email
joselynn.cooper@us.af.mil
Phone
8302985715

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR EDUCATION AND TRAINING COMMAND
Office
FA3099 47 CONF CC
Contracting Office Address
Laughlin Afb, TX
78843-5101 USA

More in NAICS 238910

Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The Reference number is F2R3C16016A001 and shall be used to reference any written responses to this source sought.

Laughlin Air Force Base, Texas, anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 238910, Site Preparation Contractors. The size standard for this NAICS is $19.0M.

The purpose of this project is to demolish structures and foundations that are no longer occupied or in operation. Work will include asbestos abatement, demolition of the building, interior and exterior electrical, HVAC systems and associated ductwork, plumbing fixtures and piping. Work also includes removing the utilities back to their feeds and restoring the grounds. A DRAFT SOW can be found in attachments to this notice.

The Source Selection strategy for this procurement is undetermined at this time.

When responding, please include in your capabilities package your Unique Identification Code, Cage Code, System for Award Management expiration date, and any other supporting documents.

Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. 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), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. The Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.

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.

Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.

Responses may be submitted electronically to the following e-mail addresses: benjamin.sanders.2@us.af.mil and joselynn.cooper@us.af.mil.

RESPONSES ARE DUE NO LATER THAN Wednesday, 4 March 2026.

Future information about this acquisition, including the issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

Summary of Key Information for Potential Offerors:

Reference Number: F2R3C16016A001 (Use this in all communications)

Requirement: The purpose of this project is to demolish Buildings 15 and 54 at Laughlin AFB, TX.

NAICS Code: 238910, Site Preparation Contractors

Size Standard: $19.0 Million

Business Status: The Government is interested in all Small Businesses that are capable of meeting this requirement, including 8(a), HUBZone, SDVOSB, WOSB, VOSB, and general Small Businesses.

Submission: Submit a capabilities package (5-page limit) with the requested information.

Deadline: Wednesday, 4 March 2026.

Submission Emails: benjamin.sanders.2@us.af.mil and joselynn.cooper@us.af.mil

Important: Registered in SAM.gov.

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.