- 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
Temporary Modular Office Facility (Laughlin AFB)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Apr 15, 2026. Industry: NAICS 332311 • PSC 5410.
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 332311 (last 12 months), benchmarked to sector 33.
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 52 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 332311
Description
This is a Sources Sought Notice issued solely for market research and planning purposes. This notice does not constitute a solicitation, Request for Quote (RFQ), or Request for Proposal (RFP). No contract will be awarded based solely on responses to this notice. The Government is seeking to identify qualified contractors capable of providing non‑personal services to furnish and install one (1) temporary modular office facility at Laughlin Air Force Base, Texas, in support of Joint Task Force–Southern Border (JTF‑SB) operations.
The Contractor shall provide all labor, equipment, tools, materials, transportation, and supervision necessary to deliver, install, and make fully operational a modular facility capable of supporting approximately 65 personnel, including expeditionary office space, Secret Internet Protocol Router Network (SIPR)‑capable workspace, two (2) latrines, office furnishings, all installation and setup, and placement at the location identified in the performance work statement (PWS). This requirement is for a turnkey solution.
This requirement is currently an 8(a) program effort. In order for the Government to disenroll this requirement from the 8(a) program and transition it to a small business set‑aside, the resulting award must be made to a qualifying small business in one of the following categories: Historically Underutilized Business Zone (HUBZone), Women‑Owned Small Business (WOSB), or Service‑Disabled Veteran‑Owned Small Business (SDVOSB). Responses from firms in these categories are especially important to the Government’s market research.
Interested vendors shall submit a Capability Statement addressing their ability to meet the requirement. A recommended Capability Questionnaire is attached.
For market research purposes, the Government requests non‑binding, rough‑order‑of‑magnitude (ROM) cost estimates. These estimates are for planning only, are not quotes or proposals, are not binding, and will not be evaluated competitively or used to award a contract. A recommended Price Schedule is attached.
Please answer the following questions:
• Do you have the capability to complete this requirement? • What is the lead time needed to facilitate this requirement? • Which small business category do you qualify for (HUBZone, WOSB, SDVOSB)?
The period of performance will tentatively be from 1 June 2026 to 31 May 2031 at Laughlin Air Force Base, Texas. This will be a small business set‑aside for one of the following: HUBZone, WOSB, or SDVOSB.
Submission Instructions: Responses Due: NLT 15 April 2026 Questions Due: NLT 13 April 2026 – 1300 CDT Email subject line: “Sources Sought Response – Temporary Modular Office Facility (Laughlin AFB)” Submit responses to: tameka.t.harwood.mil@army.mil and catherine.r.mckinney.mil@army.mil
Additional Information: All proprietary information must be clearly marked. The Government will not reimburse any costs associated with responding to this notice. This notice does not obligate the Government to issue a solicitation or award a contract. Please see the attached PWS, Price Schedule and Capability Questionnaire for additional details.
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.