Skip to content
Department of Defense

5BDE Laredo ISD JCLC

Solicitation: PANMCC-26-P-0000-041414
Notice ID: b6445ed5fd0f4d1fbbafe63f847f0171
TypeSources SoughtNAICS 721214PSCG003Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateTXPostedMar 25, 2026, 12:00 AM UTCDueMar 27, 2026, 03:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Mar 27, 2026. Industry: NAICS 721214 • PSC G003.

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: PANMCC-26-P-0000-041414. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 721214 (last 12 months), benchmarked to sector 72.

12-month awarded value
$59,266
Sector total $77,245,986 • Share 0.1%
Live
Median
$59,266
P10–P90
$59,266$59,266
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($59,266)
Deal sizing
$59,266 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 TX
Live POP
Place of performance
Sandia, Texas • United States
State: TX
Contracting office
Fort Knox, KY • 40121-5000 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
TX20260268 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Texas • San Jacinto
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $30.20Fringe $12.38
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+51 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 51 more rate previews.
Davis-BaconBest fitstate match
TX20260268 (Rev 0)
Open WD
Published Jan 02, 2026Texas • San Jacinto
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $30.20Fringe $12.38
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
CARPENTER (Excludes Acoustical Ceiling Installation,Drywall Hanging, Form Work and Metal Stud Installation)
Base $33.27Fringe $9.73
+50 more occupation rates in this WD
Davis-Baconstate match
TX20260162 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Kimble
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
Boilermaker
Base $33.17Fringe $24.92
Rate
IRONWORKER (Reinforcing)
Base $29.64Fringe $8.43
+25 more occupation rates in this WD
Davis-Baconstate match
TX20260216 (Rev 1)
Open WD
Published Jan 23, 2026Texas • Matagorda, Refugio
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+23 more occupation rates in this WD
Davis-Baconstate match
TX20260103 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Brooks, Dimmit, Duval +12
Rate
CARPENTER
Base $11.26Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $10.77Fringe $0.00
Rate
ELECTRICIAN
Base $15.99Fringe $0.00
+4 more occupation rates in this WD

Point of Contact

Name
Bryce L. Medley
Email
bryce.l.medley.civ@army.mil
Phone
5207253828

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • FDO SAM HOUSTON • W6QM MICC-FT KNOX
Contracting Office Address
Fort Knox, KY
40121-5000 USA

More in NAICS 721214

Description

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY.  The U.S. Government desires to procure lodging, meals, equipment, services and facility usage for 120 cadets, 16 cadre, and 4 Chaperones conducting Laredo Independent School District (LISD) Junior Cadet Leadership Challenge (JCLC), from 04 May 2026 to 09 May 2026 on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this notice with information sufficient to support a set-aside.  Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside.  We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE).  It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.  The anticipated NAICS code is 721214; This U.S. industry comprises establishments primarily engaged in operating overnight recreational camps, such as children's camps, family vacation camps, hunting and fishing camps, and outdoor adventure retreats, that offer trail riding, white water rafting, hiking, and similar activities. These establishments provide accommodation facilities, such as cabins and fixed campsites, and other amenities, such as food services, recreational facilities and equipment, and organized recreational activities. The size standard in millions of dollars for this NAICS code is $9M.

Attached is the draft Performance Work Statement (PWS). The contractor shall provide lodging facilities, training facilities, meals services, furniture, equipment, supplies, facilities, medical services, tools, management, certified trainers and labor in accordance with the terms, conditions and specifications set forth in the Draft Performance Work Statement. The contractor shall perform to the standards in this contract.

Responses to this notice shall be e-mailed to the Contract Specialist, Bryce L. Medley at  bryce.l.medley.civ@army.mil no later than 27 March 2026 at 11:00am ET (Fort Knox local time).

Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award.

Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.

See FAR 52.219-14 - Limitations on Subcontracting for Small Business.

All WOSB firms need to take action in certifications.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.

In response to this notice, please provide:

1.  Name of the firm, point of contact, phone number, email address, Unique Entity Identifier, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3.  Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 

4.  Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7.  Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

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.