- 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
Range Operations - Fort Hood
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Apr 30, 2026. Industry: NAICS 561210.
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 561210 (last 12 months), benchmarked to sector 56.
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 51 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561210
Description
SOURCES SOUGHT NOTICE
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government is exploring vendors who may be able to perform this requirement in order to support a competitive requirement. The U.S. Government desires to determine the availability of qualified businesses to perform the services described herein and should two or more qualified small businesses respond with information sufficient to support a set-aside, the requirement may be set aside for small business. We encourage all small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE), sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.
The anticipated NAICS code is: 561210, Facilities Support Services, with a size standard of $47.0 million.
The U.S. Army requires a contractor to operate ranges and provide services, support, and range maintenance as outlined in the draft Performance Work Statement (PWS). The work will take place at Fort Hood (FH), Texas. The contractor shall operate and/or support training ranges, facilities, and areas covering an estimated 196,797 acres. A draft PWS is provided for review.
Scope of Work Includes:
- Operating and supporting Automated Multi-Use Ranges (MUR), Automated Small Arms Ranges, Underground Training Facilities (UTF), Non-automated Ranges, Training Areas, and Scaled Ranges.
- Providing logistical support, range repairs, and grounds maintenance for Instrumented Ranges.
- Supporting equipment tests, range overhauls, and upgrades, and incorporating new range technologies.
- Services are required for 242 allocated training days per year, with operational availability seven days a week, 24 hours a day, including weekends and holidays.
- The Period of Performance (POP) is anticipated to be eight (8) years, from 01 March 2027 to 02 March 2035.
In response to this sources sought, please provide:
- A capabilities statement, limited to 5 pages, that includes: the name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI) number, CAGE code, and a statement regarding small business status (including any and all socioeconomic certifications such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.).
- A statement identifying whether your firm is interested in competing for this requirement as a prime contractor or as a subcontractor. Please identify any subcontracting, joint ventures, or teaming arrangements that will be pursued, if any.
- Information in sufficient detail regarding previous experience on similar requirements (indicate whether as a prime contractor or subcontractor). Please include the size, scope, complexity, timeframe, and whether it was for a government or commercial client. This will be used to facilitate a capability determination.
- Information to help determine if the requirement is commercially available, including customary terms and conditions, warranties, etc.
- Recommendations on how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
- Identification of any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the 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 and this announcement in your correspondence.
- Recommendations to improve the approach, specifications, or draft PWS for acquiring the identified services.
Interested parties are requested to submit a capabilities statement. The deadline for all responses and questions is no later than 10:00 AM Central Time, April 30, 2026.
All responses and questions under this Sources Sought Notice must be emailed to both the Contract Specialist, Imelda Perry, at imelda.perry.civ@army.mil, and the Contracting Officer, MSG Justin Mansfield, at justin.j.mansfield.mil@army.mil. Questions will not be answered but will be considered when drafting the Request For Proposal (RFP).
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.