Skip to content
Department of Defense

Test and Balance Services

Solicitation: W9124J-26-Q-TEST
Notice ID: 7bbaa3afd9bf441f8f3d3331c8f27155
TypeSources SoughtNAICS 238220PSCJ041Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateTXPostedJan 23, 2026, 12:00 AM UTCDueFeb 03, 2026, 06:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Feb 03, 2026. Industry: NAICS 238220 • PSC J041.

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: W9124J-26-Q-TEST. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$96,319,286
Sector total $34,775,232,661 • Share 0.3%
Live
Median
$592,690
P10–P90
$24,179$2,477,711
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+4377%($92,110,229)
Deal sizing
$592,690 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
Dwg, Texas • 78234 United States
State: TX
Contracting office
Fort Sam Houston, TX • 78234-1361 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
TX20260240 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Texas • Comal
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $29.50Fringe $8.79
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+43 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 43 more rate previews.
Davis-BaconBest fitstate match
TX20260240 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Comal
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $29.50Fringe $8.79
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
BRICKLAYER
Base $25.50Fringe $8.12
+42 more occupation rates in this WD
Davis-Baconstate match
TX20260297 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Brooks, Dimmit, Duval +11
Rate
Asphalt Distributor Operator
Base $24.54Fringe $0.00
Rate
Asphalt Paving Machine Operator
Base $17.58Fringe $0.00
Rate
Asphalt Raker
Base $15.22Fringe $0.00
+31 more occupation rates in this WD
Davis-Baconstate match
TX20260216 (Rev 1)
Open WD
Published Jan 23, 2026Texas • Matagorda, Refugio
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+23 more occupation rates in this WD
Davis-Baconstate match
TX20260158 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Jackson
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
IRONWORKER (Reinforcing)
Base $29.64Fringe $8.43
+20 more occupation rates in this WD

Point of Contact

Name
Monica Jackson
Email
monica.e.jackson4.civ@army.mil
Phone
Not available
Name
LaTasha Cardwell
Email
latasha.s.cardwell2.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • FDO SAM HOUSTON • W6QM MICC-FDO FT SAM HOUSTON
Contracting Office Address
Fort Sam Houston, TX
78234-1361 USA

More in NAICS 238220

Description

Sources Sought Synopsis

Test and Balance Services

Medical Center of Excellence (MEDCOE) / Animal Care and Use Program (ACUP)

W9124J-26-Q-TEST

THIS IS A Sources Sought Synopsis (SSS) ONLY. The U.S. Government intends to award a non- personal services contract to test and balance a hydronic system using a firm certified for testing and balancing by the Associated Air and Balance Council (AABC), National Environmental Balancing Bureau (NEBB) or the Testing, Adjusting, and Balancing Bureau (TABB).  The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to test and balance the hydronic system, (to include but not limited to Variable Air Volume (VAVs), Air Handling Units (AHUs), Exhaust Fans (EFs), Ceiling Fans (CFs), Utility Set (UF) and HVAC flow quantities.

The Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is requesting information from industry regarding Testing and Balancing a Hydronic System in accordance with (IAW) the attached Performance Work Statement (PWS) draft. The government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, we encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Be advised that the U.S. Government is unable to set aside this requirement if two (2) or more small businesses do not respond with information to support a set-aside.

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSS. The U.S. Government will not pay for anyinformation or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement.

The anticipated North American Industry Classification System (NAICS) code is 238220 Plumbing, Heating, and Air-Conditioning. The size standard for this NAICS code is $19M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why.

Anticipated Period of Performance: 60 Days.

RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF

CAPABILITIES: Interested Offerors having the required specialized capabilities/ qualifications to support some or all the work described in the draft PWS are asked to answer the following questions and submit a capability statement.. In response to this SSS, vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include:

  1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SSS. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
  2. Provide name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, identify business size (large business or a small business) and if applicable, a statement regarding small business status including small business type(s)/certifications(s) (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code.
  3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: See FAR 52.219-14(e)(1) Limitations on Subcontracting (Oct 2022) (DEVIATION 2021-O0008). If your firm is interested in competing for this requirement as a prime contractor and you plan to subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the nam  of these companies and what work and what percentage of work they will be performing, if available.                                                                                                                                                               "Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first- tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.                                                                                                                                                                                In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.

4. Please provide information in sufficient detail regarding any relevant previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

5. Provide information to help determine if the service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquire the identified services.

Questions for this sources sought synopsis shall be submitted on or before 12:00 P.M. CDT on 26 January 2026. Government response will be provided within five (5) business days after receipt of all questions. All questions MUST be in writing. Verbal questions will not be accepted.

Responses to this sources sought synopsis shall be submitted on or before 12:00 P.M. CDT on 3 February 2026 via email to Monica Jackson, Contract Specialist at monica.e.jackson4.civ@mail.mil and cc LaTasha Cardwell, Contracting Officer at latasha.s.cardwell2.civ@army.mil.  No telephonic or fax responses will be accepted.

Correspondence and responses shall reference W9124J-26 Q-TEST in the subject line.

Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm’s potential to fulfil our requirements as depicted in the draft PWS. Respondents will not be notified of the results of the evaluation. The Government will not return any information submitted in response to this notice.

Primary Point of Contact:     

Monica Jackson  

Contract Specialist   

Email: monica.e.jackson4.civ@army.mil                                       

Secondary Point of Contact:

LaTasha Cardwell

Contracting Officer

Email: latasha.s.cardwell2.civ@army.mil

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.