Skip to content
Department of Defense

Biometric Procurement and Sustainment (BPS)

Solicitation: W909MY25RA002
Notice ID: aa8ba9258c744f83b974acdb0b680c63
TypeSources SoughtNAICS 541715DepartmentDepartment of DefenseAgencyDept Of The ArmyStateVAPostedApr 15, 2026, 12:00 AM UTCDueApr 22, 2016, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 22, 2016. Industry: NAICS 541715.

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: W909MY25RA002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$6,850,169,673
Sector total $5,898,386,249,043 • Share 0.1%
Live
Median
$6,971,053
P10–P90
$1,207,293$53,520,637
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-55%(-$2,599,559,742)
Deal sizing
$6,971,053 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 VA
Live POP
Place of performance
Fort Belvoir, Virginia • United States
State: VA
Contracting office
Alexandria, VA • 22331-0700 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
VA20260156 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260176 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260002 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Halifax
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD
Davis-Baconstate match
VA20260003 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Pittsylvania
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Keane Sablon
Email
keane.s.sablon.civ@army.mil
Phone
5206712289
Name
Rosetta Wisdom-Russell
Email
rosetta.wisdom-russell.civ@army.mil
Phone
(703) 704-0826

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG CONT CT WASH OFC
Contracting Office Address
Alexandria, VA
22331-0700 USA

More in NAICS 541715

Description

1.0 Purpose
This Request for Information (RFI) is a means for conducting market research to generate interest within industry and increase competition, identify potential sources with requisite capabilities, and refine the Government’s pre-award documentation. This RFI is solely for information and planning purposes and does not commit the Government to contract for any supply or service. The Government is not seeking proposals and will not accept unsolicited proposals at this time. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluation will be provided. The Government will retain all responses, which will be protected as business sensitive and will not be released outside of the Government and the Government’s program support contractor(s). The information provided may be used by the Government in developing its Acquisition Strategy, Performance Based Specifications, and/or related Acquisition Requirement documentation. Respondents are advised that the Government will not pay for any information provided, or administrative costs incurred, in response to this RFI. All costs associated with responding to this RFI will be solely at the Respondent’s expense. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUB Zone small businesses, and woman-owned small businesses are encouraged to participate. Not responding to this RFI does not preclude participation in any future Request for Proposal(s) (RFP), if any is issued. It is the responsibility of the potential offerors to monitor for additional information pertaining to any future requirement.


2.0 Description
Product Manager (PM) Biometrics is conducting market research to identify potential sources that possess the capability to procure, field, and sustain Biometric Collection Capability (BCC) systems in accordance with the attached Draft PWS. The scope includes program management, system procurement (hardware and software) and fielding, sustainment, software engineering services, cloud services, help desk services, and cybersecurity services. BCC systems include Biometrics Automated Toolset-Army (BAT-A), Near Real Time Identity Operations (NRTIO), and Next Generation Biometrics Collection Capability (NXGBCC).


3.0 Background
PM Biometrics under Project Manager Terrestrial Sensors (PM TS), Capability Portfolio Executive for Intelligence and Spectrum Warfare (CPE ISW) acquires, deploys, and sustains biometric collection solutions in multiple operating environments enabling identity dominance on the battlefield and across the Department of War (DoW). PM Biometrics’ information technology (IT) systems capture, transmit, store, manage, share, retrieve, and display biometric data for timely identification or identity verification. These systems are mission enablers for
force protection, intelligence, physical and logical access control, identity
management/credentialing, detention, and interception operations. PM Biometrics provides
biometrics support to various operations, including detainee operations, and post-Improvised
Explosive Device (IED) incident exploitation, intelligence operations, presence operations, local
population control, seizure operations, and base access control.


4.0 Requested Information
Interested parties are required to respond to this RFI with a Capability Statement in Adobe PDF
format that demonstrates their firm’s capability to support the Draft PWS. Please limit responses
to ten (10) pages or less. Capability Statements shall address the following:
a. Company name, address, email address, Web site address, telephone number, Cage Code,
Unique Entity Identifier (UEI), business size, and socioeconomic category.
b. Tailored Capability Statement addressing the particulars of this effort to include up to
three (3) relevant projects with the following information:
1. Customer Name
2. Customer/Client POC Email
3. Total Contract Value
4. Period of Performance
5. Brief Description of Services Provided
6. Indicate if there is a Contractor Performance Assessment Reporting System
(CPARS) available


Further, respondents are required to answer questions provided in Attachment 0002.
Respondents should minimize proprietary information and if any, be sure it is clearly marked and
segregated. Be advised that all submissions become Government property and will not be
returned.


The deadline for responses to this request are due no later than 5 pm, EDT, 22 April 2026. All
responses must be e-mailed to the Contracting Officer, Rosetta Wisdom-Russell, rosetta.wisdomrussell.
civ@army.mil and Contracts Specialist, Keane Sablon, keane.s.sablon.civ@army.mil.
Telephonic inquiries will not be accepted.

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.