- 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
Moody AFB Contractor Operated Civil Engineer Supply Store (COCESS)
Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Apr 21, 2026. Industry: NAICS 332510 • PSC 5340.
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 332510 (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 21 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 332510
Description
Amendment 0001: Added Working Statement of Work (SOW)
Amendment 0002: Administrative Corrections
The 23d Contracting Squadron, Moody Air Force Base, Georgia, has issued a Request for Proposal (RFP) for acquisition of a Contractor Operated Civil Engineer Supply Store (COCESS) at Moody AFB, Georgia.
Please see attached solicitation package for complete details. Questions and Answers are due 15 April 2026 at 4:30PM EST. Solicitation and attachments will be accepted through 21 April 2026 at 4:30PM EST.
A site visit will be held on Monday, 13 April 2026 at 9:00 AM EST. While attendance is not mandatory, it is highly recommended. Vendors are encouraged to inspect the site in order to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please arrive at the Moody Air Force Base Visitor's Center no later than 8:30 AM EST for check-in (required for all contractors prior to entering the base) to ensure on time arrival for the site visit. Complete the attached base pass form (Attachment U - Base Access Request). Once complete, email the base pass to samuel.garfunkel.1@us.af.mil or lance.dela_cruz@us.af.mil.
The scope of work includes: The Contractor shall provide all necessary labor, supervision, equipment, supplies, transportation and materials to support a Contractor Operated Civil Engineer Supply Store (COCESS) located on Moody AFB, Georgia. The Contractor shall source, purchase, receive, issue, deliver, and stock a variety of materials, equipment, parts and supplies for construction, and facility maintenance and repair for use by authorized Civil Engineer Squadron (CES) personnel and Facility Managers. The Contractor will require a Common Access Card (CAC) and access to the Air Force network. The Contractor shall provide a simplified method for Civil Engineer Squadron (CES) personnel and Facility Managers to purchase quality materials, tools and equipment used for work tasks, construction, recurring preventive maintenance, repairs and the Base U-Fix-it program. The Contractor shall be responsible for performing Inventory Technician (InvTech) transactions in TRIRIGA. The Contractor shall have a storefront located in building 980 - CES. The store shall contain a variety of commercial and industrial products and stock high-use/critical/consumable materials for immediate purchase. High-use items are identified in Exhibit 1 – Moody Historical High-Use Items. Common U-Fix-It Items are identified in Exhibit 2 – Moody Common U-Fix-It Item List. Store management and personnel shall provide quality customer service.
Performance will commence on or about 1 May 2026. This acquisition will contain one (1) base period from 1 May 2026 through 30 April 2027 and four (4) subsequent pre-priced 12-month option periods. This acquisition will fall under the North American Industry Classification System (NAICS) code of 332510. The proposed solicitation will be competed unrestricted with NO SET-ASIDE for small business concerns. This contract will be a "Subjective Trade-Off", where technical and past performance, when combined, are significantly more important than price; award will be made based on "Best Value" to the Government. The Government reserves the right to award a contract to other than the low proposed price. Prospective contractors must be registered in the System for Award Management Database (SAM) prior to submission of proposals. Offerors are further advised that failure to register in the DoD SAM prior to submission of proposal will render your firm ineligible for award. Recommend registering immediately in order to be eligible for timely award. This solicitation will be available ONLY via the Internet at the following address: http://www.SAM.gov. NO paper copies of the solicitation will be furnished.
Any questions in regards to this notice must be submitted in writing or via email to Samuel Garfunkel at samuel.garfunkel@us.af.mil. Alternate contact Robert McKettrick at robert.mckettrick.1@us.af.mil or Lance Dela Cruz at lance.dela_cruz@us.af.mil.
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.