Skip to content
Department of Defense

ARMED FORCES CAREER CENTER

Solicitation: W912QR-WAUKEGANILFY26
Notice ID: 9aa459bda7eb432990d2e8508a22c667
TypeSolicitationNAICS 531190PSCX1AADepartmentDepartment of DefenseAgencyDept Of The ArmyStateILPostedFeb 20, 2026, 12:00 AM UTCDueMar 06, 2026, 10:30 PM UTCCloses in 12 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IL. Response deadline: Mar 06, 2026. Industry: NAICS 531190 • PSC X1AA.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,655,675
Sector total $546,655,675 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,967$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,655,675)
Deal sizing
$97,181 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 IL
Live POP
Place of performance
Waukegan, Illinois • 60085 United States
State: IL
Contracting office
Louisville, KY • 40202-2230 USA

Point of Contact

Name
Casey Murphy
Email
casey.m.murphy@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 531190

Description

SOLICITATON FOR OFFER

LOCATION:                           Waukegan, IL

DELINEATED AREA:         

N Boundary:  Sunset Ave/Gold Rd

S Boundary:   E Townline Rd/Kennedy Rd

E Boundary:  Sheridan Rd/N Mckinley Rd/S Western Ave

W Boundary: Interstate 94

The U. S. Army Corps of Engineers, Recruiting Facilities Program, is soliciting offers for approximately 831 square feet (useable) of commercial retail/office space within the delineated area.  Space will need to include a secondary egress; have adequate parking (prefer it is sign designated) for 3 Government-owned vehicles 24 hours a day/7 days a week, as well as adequate parking within 4 blocks for employee and customer vehicles; include daytime janitorial services; and include adequate signage for maximum visibility. Sites that are located adjacent to adult entertainment shops (i.e. book stores, video stores, or theatres), night clubs/bars, methadone clinics, drug rehabilitation centers, marijuana/hemp dispensaries, medical marijuana dispensaries, gun shops, liquor stores, etc. could potentially be eliminated from competition as these are considered non-compatible businesses.  Lessors are required to be registered and active in www.sam.gov prior to the deadline for final offer submission. 

Offers will need to include a completed Rental Proposal Worksheet, proof of registration in www.sam.gov (i.e. active CAGE code), and the existing floor plan.  Attached is a copy of the lease document, the general conditions, the construction specifications, the janitorial specifications, the rental proposal worksheet, and instructions for System for Award Management (SAM) registration.   Thoroughly review all documents and make sure that you agree to the terms presented.  The first four (4) pages of the lease have negotiable terms; however, the general conditions are standard and are not negotiable and must be accepted as written and shown on the attached file.  Review the construction specifications completely as they stipulate additional lessor responsibilities.

Leases are negotiated for a 5-year term, but they include a clause stating the Government can terminate giving reasonable days’ notice.  In order to incorporate firm term years, meaning the Government cannot get out of the lease for a specified period of time, we ask the lessor to provide a significant contribution towards the build-out costs.  Five year firm term leases are generally not considered. 

Following are the factors that will be considered when evaluating bids/offers:

  1. Location
  2. Ability to meet all construction specifications, security measures and lease requirements
  3. Complete initial and final offers must be received by defined deadline
  4. Competitive costs in the best interest of the government
  5. Qualitative ratings by client for mission

Additional information regarding this solicitation may be obtained from Casey Murphy by email at casey.m.murphy@usace.army.mil.  Proposals are due no later than 5:50 pm on 3/06/2026.

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.