Skip to content
Department of Defense

Palatka Custodial & Mowing

Solicitation: W912EP26QA006
Notice ID: 9b026b4819cb4e17899e1250c6192aa3
TypeSources SoughtNAICS 561210PSCS201Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateFLPostedMar 10, 2026, 12:00 AM UTCDueMar 16, 2026, 01:00 PM UTCCloses in 6 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Mar 16, 2026. Industry: NAICS 561210 • PSC S201.

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: W912EP26QA006. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.

12-month awarded value
$683,433,963
Sector total $1,390,027,899 • Share 49.2%
Live
Median
$3,748,229
P10–P90
$226,756$29,864,260
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
49.2%
share
Momentum (last 3 vs prior 3 buckets)
+205%($346,122,006)
Deal sizing
$3,748,229 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 FL
Live POP
Place of performance
Palatka, Florida • United States
State: FL
Contracting office
Jacksonville, FL • 32207-0019 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
FL20260202 (Rev 1)
Match signal: state matchOpen WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
+27 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 27 more rate previews.
Davis-BaconBest fitstate match
FL20260202 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+26 more occupation rates in this WD
Davis-Baconstate match
FL20260104 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Baker
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL AND REINFORCING
Base $29.50Fringe $12.98
+24 more occupation rates in this WD
Davis-Baconstate match
FL20260111 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconstate match
FL20260126 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Nassau
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $23.05Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD

Point of Contact

Name
Kelly Koger
Email
kelly.l.koger@usace.army.mil
Phone
Not available
Name
Dustin Furrey
Email
dustin.l.furrey@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 SOUTH ATLANTIC • ENDIST JACKSONVILLE • W074 ENDIST JACKSNVLLE
Contracting Office Address
Jacksonville, FL
32207-0019 USA

More in NAICS 561210

Description

USACE Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for necessary Custodial and Mowing Services for Palatka North Florida Aquatic Plant Control Field Unit. The proposed project will be a Firm-Fixed-Price (FFP) Contract with a base of twelve (12) months and four (4) option years of twelve (12) months each for Custodial and Mowing Services. 

The Jacksonville District anticipates the issuance of a Solicitation in March 2026. The result of this market research will contribute to determining the method of procurement. This is NOT a solicitation. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. 

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business 8(a) Community. The Government must ensure there is adequate competition among the potential pool of responsible contractors. 


Description of Services: 
The scope of work is as described. Provide Custodial and Mowing Services to the field staff at the North Florida Aquatic Plant Control Field Unit. Provide refuse services for 3 locations including, NFAPCFU office, NFAPCFU shop, and Buckman herbicide storage building. Services shall include providing a dumpster and weekly refuse services. 

Provide recycling services for 3 locations including, NFAPCFU office, NFAPCFU shop, and Buckman herbicide storage building. Services shall include but not be limited to recycling of aluminum, paper, cardboard, fluorescent light bulbs, batteries, plastic, and glass. 

Provide lawn care services for 2 locations including NFAPCFU office and NFAPCFU shop. Services shall include but not be limited to: finish mowing, edging, herbicide application, and trimming of trees and shrubs. 

Provide cleaning services for 2 locations including NFAPCFU office and NFAPCFU shop. The services include refuse and recycling pick up at three locations. These services consist of servicing a 2 cubic yard dumpster at each location and collecting recyclable materials at each location and properly recycling the materials. These services are expected to occur on a weekly basis at each location.  Provide janitorial services including cleaning offices, restrooms, and conference rooms, emptying waste receptacles, and providing trash can liners. These services shall only occur at the Palm Avenue locations. Provide lawn care services including mowing, trimming, edging, and herbicide application at the Palm Avenue locations. 

The Contractor is responsible for recycling, refuse, and lawn care services, between the hours of 7:30 a.m. and 4:00 p.m. Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor is responsible for conducting cleaning services for NFAPCFU office and shop outside of normal business hours to reduce interruptions to the staff. 

Firm's response to this synopsis shall be limited to 3 pages and shall include the following information: 

1. Firm's name, address, point of contact, phone number, website, and email address. 

2.    Firm's interest in bidding on the solicitation when it is issued.

3.    Firm's capability to perform a contract of this magnitude and complexity(include firm's capability to execute comparable work performed within the past 5 years: 
- Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 

4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. lf your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 

5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. 

If you have any questions concerning this opportunity, please contact: Mrs. Kelly Koger at kelly.l.koger@usace.army.mil or Dustin Furrey at dustin.l.furrey@usace.army.mil 

NOTES: 
DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. 

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 16 March 2026 at 9:00am Eastern Standard Time (EST). 

Prior Government contract work is not required for submitting a response under this sources sought synopsis. 
You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to 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.