Skip to content
Department of Defense

Market Survey - Vehicle Storage Yard - Equipment Concentration Site - Fort Hunter Liggett, CA

Solicitation: W912QR-26-FHL-VSY-ECS
Notice ID: 94445284697c46f89dde8d7d5b66ce43
TypeSources SoughtNAICS 236220DepartmentDepartment of DefenseAgencyDept Of The ArmyStateCAPostedApr 06, 2026, 12:00 AM UTCDueApr 21, 2026, 07:00 PM UTCCloses in 15 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 21, 2026. Industry: NAICS 236220.

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: W912QR-26-FHL-VSY-ECS. 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
$28,871,738,975
Sector total $36,995,998,261 • Share 78.0%
Live
Median
$1,379,609
P10–P90
$122,505$43,749,277
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.0%
share
Momentum (last 3 vs prior 3 buckets)
-92%(-$24,414,160,420)
Deal sizing
$1,379,609 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 CA
Live POP
Place of performance
Jolon, California • United States
State: CA
Contracting office
Louisville, KY • 40202-2230 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260001 (Rev 2)
Match signal: state matchOpen WD
Published Jan 23, 2026California • San Diego
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
+137 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 137 more rate previews.
Davis-BaconBest fitstate match
CA20260001 (Rev 2)
Open WD
Published Jan 23, 2026California • San Diego
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+136 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260002 (Rev 2)
Open WD
Published Jan 23, 2026California • Imperial
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+125 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Adam Brooks
Email
Adam.M.Brooks@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION GREAT LAKES AND OHIO • ENDIST LOUISVILLE • W072 ENDIST LOUISVILLE
Contracting Office Address
Louisville, KY
40202-2230 USA

More in NAICS 236220

Description

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business Small and you are interested in this project please respond appropriately.

Project Location: Fort Hunter Liggett, CA

Project Description: This is a Design/Bid/Build project construct a Vehicle Storage Yard / Military Equipment Parking (MEP) at Fort Hunter Liggett (FHL), CA.

This project will construct a Vehicle Storage Yard for the Army Reserve Equipment Concentration Site (ECS) located at Fort Hunter Liggett, California. The primary facility consists of approximately 7.5-acre military vehicle parking lot to store vehicles and equipment that are assigned to Army Reserve units in the region. Supporting facilities include, general site improvements, utility connections, lighting, fencing, fire hydrants, curbs and gutters, and storm drainage.

Contract duration is estimated at 600 calendar days. The estimated cost range is between $5,000,000 and $10,000,000.  NAICS code is 237310. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business contractors should respond to this survey via the form link or QR code provided on this posted by Tuesday, April 21, 2026 by 3:00 PM Eastern Standard Time.

Responses should include:

  1. Identification and verification of the company’s small business status.
  2. Contractor’s Unique Entity Identifier (UEI).
  3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
  4. Description of Experience – Provide descriptions on up to three (3) projects completed by you as the prime contractor or if the offeror is a Small Business, they can provide Past Performance of affiliates in accordance with DFARS 215.305(a)(2)(C). Submissions of Past Performance from affiliates shall include documentation of the affiliation to the offeror. To be relevant, the projects submitted should be greater than 90% construction complete or completed within the last five (5) years and are similar to this project in scope and complexity. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects.  Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.

Projects similar in Scope to this project include: Construction projects involving horizontal/site development of paved vehicle storage, staging, or parking areas.

Projects similar in size to this project include: Horizontal/site development of paved vehicle storage, staging, or parking areas with at least 55,000 SY.

Based on definitions above, for each project submitted include:

  1. Current percentage of construction complete and the date when it was or will be completed.  
  2. Size of the project (include lineal footage of waterline replaced, tank sizes and building sizes at a minimum)
  3. Scope of the project
  4. The dollar value of the construction contract
  5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.
  6. Whether the project was design build or design/bid/build
  7. Identify the number of subcontractors by construction trade utilized for each project.
  8. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.

Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/Exa68jXpMa via the QR Code provided in the attachements. 

This is NOT a Request for Proposal and does not constitute any commitment by the Government.  Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.

NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.

All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.

Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.

ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.  The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. 

Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.  However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.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.