Skip to content
Department of Defense

Renovation of Bldg 27 at DSCC, OH

Solicitation: W912QR26BA013
Notice ID: 9fa07a67bf294847b736dfb19242da1d
TypePresolicitationNAICS 236220PSCZ2FBSet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateOHPostedMar 23, 2026, 12:00 AM UTCDueApr 06, 2026, 03:00 PM UTCExpired

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 06, 2026. Industry: NAICS 236220 • PSC Z2FB.

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: W912QR26BA013. 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
$29,123,001,035
Sector total $37,458,671,883 • Share 77.7%
Live
Median
$3,054,050
P10–P90
$307,254$50,502,702
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
77.7%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$24,162,898,361)
Deal sizing
$3,054,050 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 OH
Live POP
Place of performance
Columbus, Ohio • 43213 United States
State: OH
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
OH20260078 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Franklin
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $33.24Fringe $19.62
+38 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 38 more rate previews.
Davis-BaconBest fitstate match
OH20260078 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Franklin
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $33.24Fringe $19.62
Rate
TILE FINISHER
Base $28.31Fringe $10.45
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260040 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Fayette
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $38.05Fringe $30.87
Rate
BRICKLAYER
Base $34.00Fringe $17.36
Rate
TILE FINISHER
Base $28.31Fringe $10.45
+29 more occupation rates in this WD
Davis-Baconstate match
OH20260085 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lawrence
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
TILE SETTER
Base $33.46Fringe $21.37
Rate
TILE FINISHER
Base $25.37Fringe $17.42
+29 more occupation rates in this WD
Davis-Baconstate match
OH20260009 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Erie
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $39.31Fringe $15.15
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
Rate
LABORER (Mason Tender-Brick)
Base $25.90Fringe $18.40
+10 more occupation rates in this WD

Point of Contact

Name
Ranzel L. Merideth
Email
Ranzel.l.merideth@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

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB) under solicitation W912QR26BA013 for construction activities to repair/renovate Building 27 is a multipurpose building (fitness center and warehouse) at the Defense Supply Center Columbus (DSCC). Building was originally built in 1942 and many of the existing HVAC components were last updated in 1992 and are at the end of their life and are in need of replacement. The project aims to enhance the functionality, energy efficiency and resiliency of the existing facility.

The project encompasses several key scope items, including:

  • Addition of Exterior Insulation and Finish System (EIFS) to increase fitness center exterior wall insulation.
  • Replacement of failing doors and windows.
  • Provide new fitness center entry vestibule.
  • Change building layout to meet Military Morale Welfare Recreation requirements. Includes walls, doors, painting, floor finishes and floor finishes.
  • Fire protection and fire alarm systems adjustments to meet requirements of building layout changes.
  • Upgrade florescent lighting fixtures to LED.
  • HVAC Repairs to meet UFC and ASHRAE requirements for indoor air quality and space air conditioning. Estimated 200 tons of cooling.
  • Installation of Direct Digital Controls (DDC) Systems to control HVAC and Lighting
  • Replace failing pad-mounted transformers with new transformers sized to meet building electrification requirements.
  • Replacement of existing natural gas domestic water heaters with electric powered water heater distribution system.
  • Testing to check for asbestos or lead that may be present in the facility. Positive test results will then result in hazardous material remediation.
  • Demolition of existing AHUs, chiller, condensing units, domestic water heaters, water piping, doors, windows, transformers, walls, floors and ceilings.
  • Removal of old and installation of two new electrical transformers.

The total square footage for the facility is approximately 65,000 square feet.

The Contract Duration is estimated at four hundred and eighty-five (480) calendar days from date of award.

TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) Construction contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 Commercial and Institutional Building Construction

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with FARS 36.204.

TYPE OF SET-ASIDE: This acquisition will be listed as a Small Business Set Aside.

SELECTION PROCESS: This is a sealed bid Part 14 Procurement. The bids will be evaluated based on the lowest priced complete offer submitted.

DISCUSSIONS: The Government intends to award without discussions.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 6 April 2026. Details regarding an Optional Site Visit will be included in the solicitation if one is determined to be provided. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://sam.gov/.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, https:// sam.gov/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.

REGISTRATIONS:

Offerors shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Mr. Lee Merideth, at ranzel.l.merideth@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.