- 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
Initial Site Visit for WWYK200131 - Repair Chilled Water System, Bldg. 2280
Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Apr 10, 2026. Industry: NAICS 236220 • PSC Z1AA.
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 236220 (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 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
This requirement is to be solicited as a total small business set-aside.
The work to be performed under the terms of this contract consists of furnishing all materials, labor, plant, tools, transportation, equipment, testing services, quality control and incidentals required to accomplish the repair of the chilled water system at B2280 at Tinker Air Force Base (AFB), Oklahoma (project drawings can be provided to interested vendors for additional location and schematic information). Contact the primary or secondary point of contact to request project drawings. This is a construction-only contract.
The Contractor shall be responsible for identifying the necessary logistical, architectural, and structural work elements required to perform the work as described herein. Assemblies, framework, fixtures, or apparatus not readily identified on the project drawings, specifications, or the Statement of Work (SOW) shall be provided by the Contractor as required for a complete, fully operating, and functioning system or systems ready for use by the Government.
Information such as floor plan layouts and dimensions; structural, mechanical, and electrical data; and location of underground utilities provided by the Government for existing and new construction are based on available as-built documentation, field observation, and equipment selected as design basis by the Government. This information is to be considered approximate and shall be field verified by the Contractor.
This project will require contractor personnel to perform work and/or operate vehicles on flight lines, runways, taxiways, parking ramps or in aircraft hangers or maintenance areas. Thus, all contractor personnel will be required to receive FOD awareness training in accordance with Tinker Air Force Base Instruction (Tinker AFBI) 21-100.
IAW National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, the requirement does not include CUI to reside on or transit through contractor and/or subcontractor systems.
Site visit attendance is mandatory to be considered responsive. RSVP email confirmation of intent to attend site visit to the primary and secondary points of contact with Entry Authorization List (EAL) information is due by 11:59 PM CST, Monday, March 30th, 2026. If a Contractor/Subcontractor fails to meet this deadline, the site visit information will not be released to your organization. Contract documents not able to be uploaded to SAM.gov will be provided to contractors who RSVP'd their intent to attend the initial site visit.
Attachments include an EAL spreadsheet, please fill-in all information for individuals who will need/do not currently have Base access. Please ensure all information requested in the EAL is filled out accurately and full names matching state-issued IDs are utilized to assure Security Forces can process the requests for Base Access in a timely manner. If an individual has Base access, their name is all the information needed. Please try to limit your parties to seven attendees per Contractor.
The requirement will be awarded in accordance with Two-Step Sealed Bidding procedures (FAR 52.214-25) which calls for the initial submission of technical-only proposals before submission of price bids. As such, please plan on coordinating all necessary personnel and/or subcontractors whose assessment of the requirement will have an impact on the technical proposal and subsequent priced proposal. An additional site visit will not occur between receipt of the technical proposals and submission of price bids.
The site visit is scheduled for April 10th, 2026 at 10:00 A.M. We will meet outside of the airfield walk gate just north of Bldg. 2280 at 10:00 A.M. More specific meeting details have been shared with vendors who have sent an RSVP.
IAW FAR 36.204(h), the estimated price should be described in terms of the following price range: More than $10,000,000.
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.