Skip to content
Department of Defense

Repair Secure Area

Solicitation: FA480326RFI01
Notice ID: 7569cc10253441ac953ba87066f3d5ec
TypeSources SoughtNAICS 236220PSCY1JZSet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateSCPostedApr 09, 2026, 12:00 AM UTCDueApr 20, 2026, 06:00 PM UTCCloses in 11 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Apr 20, 2026. Industry: NAICS 236220 • PSC Y1JZ.

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: FA480326RFI01. 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
$29,063,180,871
Sector total $37,204,442,544 • Share 78.1%
Live
Median
$10,552,532
P10–P90
$175,474$46,209,800
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.1%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$24,222,718,525)
Deal sizing
$10,552,532 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 • 29152 United States
State: SC
Contracting office
Shaw Afb, SC • 29152-5125 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
SC20260063 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Aiken, Edgefield
Rate
CARPENTER
Base $14.53Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $13.59Fringe $0.00
Rate
ELECTRICIAN
Base $17.55Fringe $0.00
+5 more occupation rates in this WD
Davis-Baconstate match
SC20260046 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • York
Rate
IRONWORKER, STRUCTURAL
Base $29.75Fringe $18.00
Rate
CARPENTER, Includes Form Work
Base $14.72Fringe $0.00
Rate
LABORER: Common or General
Base $11.19Fringe $2.38
+5 more occupation rates in this WD
Davis-Baconstate match
SC20260051 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Darlington, Edgefield
Rate
IRONWORKER, STRUCTURAL
Base $29.75Fringe $18.00
Rate
CARPENTER
Base $14.85Fringe $0.00
Rate
LABORER: Common or General
Base $10.69Fringe $0.00
+5 more occupation rates in this WD

Point of Contact

Name
Craig Johnson
Email
craig.johnson.37@us.af.mil
Phone
8038955384
Name
Motaz Irshid
Email
motaz.irshid@us.af.mil
Phone
8038955529

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4803 20 CONS LGCA
Contracting Office Address
Shaw Afb, SC
29152-5125 USA

More in NAICS 236220

Description

Sources Sought Notice: Design-Build Services for Secure Facility Repair at Shaw AFB (Small Business)

1.0 Synopsis

This is a SOURCES SOUGHT NOTICE for market research purposes only. This is not a solicitation for proposals, a request for quotation, or a promise to issue a solicitation in the future. The purpose of this notice is to obtain information from qualified and interested parties regarding their capabilities to perform the work described herein. The Government does not intend to award a contract based on this notice or otherwise pay for the information solicited.

  • Project Title: Repair Secure Area
  • Project Number: VLSB 26-2502
  • Location: Shaw Air Force Base, SC
  • Contract Type: Design-Build
  • NAICS Code: 236220, Commercial and Institutional Building Construction.

The Government’s objective is to identify qualified Small Business sources for this requirement. Responses are sought from Small Businesses under the specified NAICS code. This information will be used to determine the appropriate acquisition strategy for a potential future procurement.

2.0 Project Description

The 20th Contracting Squadron at Shaw Air Force Base is seeking information on contractors who have the capability to execute a Design-Build (DB) contract for the complete repair and renovation of an existing ~5,667 SF structure. The project will transform the facility into a modern, turnkey secure area.

The scope of work requires all management, design, engineering, labor, and materials to deliver a zero-defect facility compliant with all security standards.

Major work items include, but are not limited to:

  • Complete Interior Demolition: Removal of all existing interior partitions, ceilings, and Mechanical, Electrical, and Plumbing (MEP) systems.
  • Full Building Envelope Repair: Infilling of all existing window and wall voids to create a seamless, penetration-free envelope and extending perimeter walls to the eave.
  • Full Roof Replacement: Installation of a new 20-year warrantied standing seam metal roof system over the existing structure.
  • Secure Facility Construction: Interior reconfiguration to create three separate secure areas with required acoustic (STC) ratings and physical separation.
  • Hazardous Material Abatement: Safe removal and disposal of asbestos-containing materials identified in the flooring mastic.
  • Structural Modifications: Evaluation and modification of the existing pre-engineered metal building frame to meet current wind load requirements.
  • New MEP & Life Safety Systems: Design and installation of all new HVAC (including redundant cooling for COMM rooms), electrical (including backup generator), plumbing, fire alarm/mass notification, and fire sprinkler systems.
  • Security & Communications Infrastructure: Installation of all conduit, power, and pathways to support Government-installed Intrusion Detection Systems (IDS), Access Control Systems (ACS), and multiple classification telecommunications networks.

The total period of performance for this project is estimated to be 293 calendar days, which includes a multi-phase design process (35%, 65%, 95%) and the construction phase.

3.0 Required Capabilities

Interested parties should demonstrate significant experience and capability in the following areas:

  • Design-Build Experience: Proven performance as a prime contractor on Design-Build projects of similar size, scope, and complexity, preferably for Department of Defense or other federal agencies.
  • Complex Renovations: Capability to perform comprehensive demolition, hazardous material abatement, and structural modifications on existing facilities while ensuring structural integrity.
  • Secure Environment Expertise: Access to a dedicated Secure Area Subject Matter Expert (SME) responsible for ensuring all security-related aspects of design and construction comply with governing standards.
  • Specialized MEP Systems: In-house or team capability for designing and installing complex HVAC and electrical systems, including backup power and redundant systems required for secure facilities.
  • Military Installation Experience: Experience working on active military installations and complying with all associated safety and security protocols, including dig permits and critical lift plans.

4.0 Submission Requirements

Interested Small Businesses are requested to submit a capability statement package. The submission should include the following:

  1. Company Information: Company Name, Address, UEI number, CAGE code, and business size/socio-economic status under NAICS code 236220 (e.g., Small Business, 8(a), HUBZone, SDVOSB, WOSB, etc.).
  2. Capability Statement: A narrative (not to exceed 5 pages) that addresses the "Required Capabilities" listed in Section 3.0 and describes your company's approach to this project.
  3. Past Performance: Summaries of at least two (2), but no more than four (4), relevant projects completed within the last seven (7) years.
    • Relevance: Projects must be Design-Build and involve Secure Areas or other high-security area construction.
    • For each project, provide:
      • Project Title, Location, and a brief description of the scope, emphasizing its similarity to this project's requirements.
      • Contract Number and Final Contract Value.
      • Period of Performance.
      • A customer point of contact (name, phone, and email).
  4. Period of Performance Assessment: An assessment of the proposed 293-calendar day Period of Performance. Please state whether your company considers this timeline to be realistic for a project of this scope and complexity. If the timeline is considered insufficient, provide a detailed rationale with a proposed alternative schedule.
  5. Confirmation: A statement confirming your company is US-based and has the ability to gain access to military installations to perform work.

Please submit all information electronically to craig.johnson.37@us.af.mil and motaz.irshid@us.af.mil no later than 20 April 2:00 PM EST.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.