Skip to content
Department of Defense

Sole Source Notice of Intent - Window Fabrication for ERDC GSL

Solicitation: W912HZ26N8047
Notice ID: a97f730da44346a28d9289344e57ce3b
TypeSpecial NoticeNAICS 332321PSC9340Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateMSPostedFeb 03, 2026, 12:00 AM UTCDueFeb 10, 2026, 07:00 PM UTCExpired

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MS. Response deadline: Feb 10, 2026. Industry: NAICS 332321 • PSC 9340.

Market snapshot

Awarded-market signal for NAICS 332321 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,150,719
Sector total $20,448,118,707 • Share 0.0%
Live
Median
$30,636
P10–P90
$30,636$30,636
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,150,719)
Deal sizing
$30,636 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 MS
Live POP
Place of performance
Vicksburg, Mississippi • 39180 United States
State: MS
Contracting office
Vicksburg, MS • 39180-6199 USA

Point of Contact

Name
Angie Stokes
Email
Angela.M.Stokes@usace.army.mil
Phone
Not available
Name
David Ammermann
Email
david.g.ammermann@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
SCO ALEXANDRIA • ENGINEER RESEARCH AND DEVELOPMENT CENTER • W2R2 USA ENGR R & D CTR
Contracting Office Address
Vicksburg, MS
39180-6199 USA

More in NAICS 332321

Description

The U.S. Army Corps of Engineers Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) intends to issue a Firm Fixed Price (FFP) sole source award to Physical Security, LLC (CAGE: 4MAJ3 / UEI: N828XLEASQN9) for four (4) type W-1 full size historic replication windows manufactured exclusively by Physical Security, LLC.

The Structural Mechanics Branch (SMB) of the Geotechnical and Structures Laboratory (GSL) of the US Army Engineer Research and Development Center (ERDC) is conducting testing for the Pentagon Engineering and Architecture Division and requires type W-1 full-sized windows representative of those fielded in DoW maintained structures.  The original windows installed at the Pentagon were designed, fabricated, and installed by Physical Security, LLC.  The manufacturing process, developed exclusively by Physical Security, LLC, is critical to the performance of the window and test results.  Therefore, while other vendors may be able to manufacture windows with similar materials and properties, their process and materials may differ slightly.  In addition, the quality control may not be the same as that of Physical Security, LLC, causing skewed and incorrect research results resulting in mission failure by the ERDC and a potential loss of life for DOW employees involved in any future attacks on the Pentagon.  To meet the ERDC GSL’s requirement, it is essential that the testing involve accurately replicated historic window types currently installed at the Pentagon that can only be provided by Physical Security, LLC.  As a result, Physical Security, LLC is the only known vendor who can provide the four (4) type W-1 full size historic replication windows.

The award will be issued in accordance with FAR 13.500. The applicable North American Industrial Classification System Code (NAICS) code is 332321, Metal Window and Door Manufacturing, with a size standard of 750 employees. This notice of intent is for information purposes only.  

This notice is not a request for competitive quotes or proposals.  A solicitation will not be issued.  However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.  The information submitted must be provided in sufficient detail to demonstrate the vendor’s ability to fulfill this requirement.  The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each. 

Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.  A determination by the Government not to compete this requirement on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice.  Responses to this requirement may be submitted to Angie Stokes at Anglea.M.Stokes@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.   The solicitation number shall be included in the subject line of the e-mail submission.  Responses must be received no later than 1:00PM CST 10 February 2026.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.